U.P. ELECTRONICS CORPORATION LIMITED,
10, Ashok Marg
Lucknow - 226001
Telephones : (0522) 2286808, 2288750, 4130303 Fax : (0522) 2288583
E-mail : [email protected]
REQUEST FOR PROPOSAL (RFP)
FOR
THE SUPPLY, INSTALLATION AND COMPREHENSIVE WARRANTY MAINTENANCE
SERVICES OF LANGUAGE COMPUTER LAB AT KHWAJA MOINUDDIN CHISHTI, URDU,
ARABI-FARSI UNIVERSITY, LUCKNOW IN UTTAR PRADESH
E-Bid REFERENCE : UplcHwKhwajaUniversity102018
Bid Publish Date : 26-10-2018 from 09.00 AM
Bid Clarification Start Date : 26-10-2018 from 09.00 AM
Bid Clarification End Date : 28-10-2018 from 06.00 PM
Bid Submission Start Date : 26-10-2018 from 09.00 AM
Pre-Bid Meeting : 29-10-2018 from 04.00 PM
Bid Submission End Date : 02-11-2018 upto 05.00 PM
Bid Opening Date : 02-11-2018 at 06.00 PM
ADDRESS FOR COMMUNICATION : Assistant Manager (Hardware)
U.P. Electronics Corporation Limited,
10, Ashok Marg, Lucknow-226001
e-Tender EMD : ` 2,00,000/-
e-Tender Document Processing / Cost : ` 1,000/-
It will be the responsibility of the e-Bidders to check U.P. Government e-Procurement website http://etender.up.nic.in for any amendment through corrigendum in the e-tender document. In case of any amendment, e-Bidders will
have to incorporate the amendments in their e-Bids accordingly.
Index Short Term e-tender Notice 4
INVITATION FOR e-Bids 5
SECTION I : INSTRUCTIONS TO BIDDERS (ITB) 7
(A) THE BID DOCUMENT ............................................................................................................................................. 7
1. Cost of e-Bid ........................................................................................................................................................ 7
2. Contents of e-Bid Document ................................................................................................................................ 7
3. Clarification of e-Bid Document .......................................................................................................................... 7
4. Amendment of e-Bid Document .......................................................................................................................... 8
5. Language of e-Bid ................................................................................................................................................ 8
6. Documents Constituting the e-Bid ....................................................................................................................... 8
7. e-Bid Form ........................................................................................................................................................... 9
8. e-Bid Price ........................................................................................................................................................... 9
9. e-Bid Currencies ................................................................................................................................................ 10
10. Documents Establishing bidder‟s Qualification ................................................................................................. 10
11. Documents Establishing Goods‟ Conformity to e-Bid Documents.................................................................... 10
12. e-Bid Security/Earnest Money Deposit (EMD) ................................................................................................. 10
13. Period of Validity of e-Bid ................................................................................................................................. 11
14. Format and Signing of e-Bid .............................................................................................................................. 12
15. . Submission of e-Bid ......................................................................................................................................... 12
16. Deadline for Submission of e-Bid ...................................................................................................................... 14
17. Late e-Bid........................................................................................................................................................... 14
18. Withdrawal and Resubmission of e-Bid ............................................................................................................. 14
19. Opening of Bids ................................................................................................................................................. 15
19.1 Opening of Technical e-Bid by the Purchaser ............................................................................................... 15
19.2 Opening of Financial e-Bid............................................................................................................................ 15
20. Clarification of e-Bid ......................................................................................................................................... 16
21. Evaluation of technical e-Bid and Evaluation Criteria ....................................................................................... 16
21 Financial Evaluation and Comparison ............................................................................................................... 18
22 Contacting the Purchaser ................................................................................................................................... 18
23 Award Criteria ................................................................................................................................................... 19
24 Purchaser‟s right to vary Quantities at the Time of Award ................................................................................ 19
25 Purchaser‟s right to accept any e-Bid and to reject any or all e-Bids ................................................................. 19
26 Notification of Award ........................................................................................................................................ 19
27 Signing of Contract ............................................................................................................................................ 19
28 Performance Security ......................................................................................................................................... 20
Section-II 21
Qualifying Criteria ........................................................................................................................................................... 21
Section-III 23
Conditions of Contract..................................................................................................................................................... 23
1. Definitions.......................................................................................................................................................... 23
2. Application ......................................................................................................................................................... 23
3. Standards ............................................................................................................................................................ 23
4. Patent Rights ...................................................................................................................................................... 23
5. Performance Security ......................................................................................................................................... 24
6. Inspection & Tests ............................................................................................................................................. 24
7. Packing ............................................................................................................................................................... 26
8. Delivery and Documentation ............................................................................................................................. 26
9. Insurance ............................................................................................................................................................ 27
10. Transportation .................................................................................................................................................... 27
11. Incidental Services ............................................................................................................................................. 27
12. Spare Parts ......................................................................................................................................................... 27
13. Warranty ............................................................................................................................................................ 27
14. Payment ............................................................................................................................................................. 29
15. Prices .................................................................................................................................................................. 29
16. Change Orders ................................................................................................................................................... 29
17. Contract Amendments ........................................................................................................................................ 30
18. Assignment ........................................................................................................................................................ 30
19. Delivery of the Goods and Delay in the Supplier‟s Performance ...................................................................... 30
20. Liquidated Damages .......................................................................................................................................... 30
21. Termination for Default ..................................................................................................................................... 31
22. Force Majeure .................................................................................................................................................... 31
23. Termination for Insolvency ................................................................................................................................ 31
24. Termination for Convenience ............................................................................................................................ 32
25. Settlement of Disputes ....................................................................................................................................... 32
26. Limitation of Liability ........................................................................................................................................ 33
27. Governing Language .......................................................................................................................................... 33
28. Applicable Law .................................................................................................................................................. 33
29. Notices ............................................................................................................................................................... 33
30. Taxes and Duties ................................................................................................................................................ 34
31. Right to use defective equipment ....................................................................................................................... 34
32. Supplier Integrity ............................................................................................................................................... 34
33. Supplier‟s Obligations ........................................................................................................................................ 34
34. Patent Right ........................................................................................................................................................ 34
35. Site Preparation and Installation ........................................................................................................................ 34
36. Hardware and Software Installation ................................................................................................................... 35
37. Hardware and software Maintenance ................................................................................................................. 35
38. Technical Documentation .................................................................................................................................. 35
39. Transfer of the Rights of the Purchaser .............................................................................................................. 35
SECTION IV : TECHNICAL E-BID 36
SECTION III (A) : e-Bid FORM..................................................................................................................................... 37
SECTION III (B) : SCHEDULE OF REQUIREMENTS ............................................................................................... 38
SECTION III (C) TECHNICAL SPECIFICATIONS ..................................................................................................... 39
SECTION III(D) : BID SECURITY FORM ................................................................................................................... 40
SECTION III(E) : CONTRACT FORM ......................................................................................................................... 41
SECTION III(F) : PERFORMANCE STATEMENT FORM ......................................................................................... 43
SECTION III(G) : SERVICE SUPPORT DETAILS ...................................................................................................... 44
SECTION III (H) : CAPABILITY STATEMENT (CS) ................................................................................................. 45
SECTION III (I) : PERFORMANCE SECURITY FORM ............................................................................................. 48
SECTION IV : FINANCIAL e-Bid 49
SECTION IV (A) : e-Bid FORM .................................................................................................................................... 50
SECTION IV (B): PRICE SCHEDULE / BOQ .............................................................................................................. 51
U.P. Electronics Corporation Limited
(U.P. Government Undertaking)
10 Ashok Marg, Lucknow-226001
Tel. No. 0522-2286808, 4130303, Ext. 302, 303, Fax 0522-2288583
e-Tender Notice
Online e-bids are invited only from reputed Organization dealing with THE SUPPLY,
INSTALLATION AND COMPREHENSIVE WARRANTY MAINTENANCE SERVICES OF
LANGUAGE COMPUTER LAB AT KHWAJA MOINUDDIN CHISHTI, URDU, ARABI-FARSI
UNIVERSITY, LUCKNOW IN UTTAR PRADESH. Who have been authorized by OEM to
participate in this Tender upto 05.00 P.M. on 02-11-2018, shall be opened at 06.00 P.M. on 02-11-2018.
The e-tender document processing/Cost is ` 1,000/- (Rupees One Thousand only) and EMD
` 2,00,000/- (Rupees Two Lakh Only) in form of DD/Bankers Cheque / BG in favour of UP Electronics
Corporation Ltd, Lucknow or through online payment. The details for submission of e-bids will be
available in the e-tender document on the UP Government. E-Procurement website
http://etender.up.nic.in or Corporation‟s website www.uplc.in from 26-10-2018. The Corporation
reserves the right to cancel any or all the e-Bids/annul e-Bidding process without assigning any reason
and decision of Corporation will be final and binding.
MANAGING DIRECTOR
INVITATION FOR e-Bids
This invitation for e-Bids is for supply, installation and comprehensive warranty maintenance of
Computer hardware and related items and other System Software in various offices/ institutions of
Government of Uttar Pradesh.
1. Bidders are advised to study the tender Document carefully. Submission of e-Bid against this tender
shall be deemed to have been done after careful study and examination of the procedures, terms and
conditions of the tender Document with full understanding of its implications.
2. The e-Bid prepared in accordance with the procedures enumerated in ITB Clause 15 of Section-I
should be submitted through e-Procurement website http://etender.up.nic.in.
3. The tender document is available at e-Procurement website http://etender.up.nic.in and
Corporation’s website www.uplc.in from 26-10-2018. Interested bidders may view, download
the e-Bid document, seek clarification and submit their e-Bid online as per the date and time
mentioned page number 01.
4. The bidders need to submit the proof/cost of e-Bid document/processing as stated in the above table
in Cash in the Purchaser's office or through Online through e-Tender portal in favour of U.P.
Electronics Corporation Ltd (herein after referred as UPLC/Purchaser) payable at Lucknow. The
scanned copy of the Receipt of Online payment through e-Tender portal must be enclosed /
uploaded along with the e-Bids.
5. It is not necessary for a Bidder to quote all schedules of Bid. But if bidder is quoting any schedule,
it is must to quote all items for that schedule. The bids of bidders who will not quote for all the
items in any schedule in technical shall be rejected.
6. The e-Bids will be electronically opened in the presence of bidder‟s representatives, who choose to
attend at the venue, date and time mentioned in the above table. An authority letter of
bidder's/OEM representative will be required to be produced.
7. The Corporation reserves the right to cancel any or all the e-Bids/annul the e-Bid process without
assigning any reason thereof. The decision of Corporation will be final and binding.
8. In the event of date specified for e-Bids opening being declared a holiday for Corporation‟s office
then the due date for opening of e-Bids shall be the following working day at the appointed time
and place.
09. All the required documents including Price Schedule should be uploaded by the e-Bidder
electronically in the PDF format. The required electronic documents for each document label of
Technical (Fee details, Qualification details, e-Bid Form and Technical Specification details)
schedules/packets can be clubbed together to make single different files for each label.
10. The companies/firms who are registered at e-Procurement portal for e-tendering with U.P.
Electronics Corporation Ltd. (UPLC), 10, Ashok Marg, Lucknow (UP) would only be eligible for
participating in this e-tender as well as in e-tendering system of U.P. Govt. departments. All
companies/firms who have not registered themselves with UPLC for e-tendering till date can get
their registration done by depositing a filled in form issued by UPLC along with registration fee of
Rs 6000.00 (Rupees Six thousand only) for participating in this e-tender and other e-tenders of
U.P.Govt. departments. The companies/firms, who are not having digital signature, can also get
their digital signature on deposit of processing fees of Rs 1708.00 (Rupees One Thousand Seven
hundred eight only). The companies/firms may contact the officials on phone numbers 0522-
2286809, 0522-2288750 (O) 0522-4130303 (Extension: 303, 304 & 307), for their
Registration/Digital Signature Certificate related queries.
11. Most of the departments for which UPLC is asking bids in this tender have not provided cost of
equipment/materials in advance to UPLC. They have informed that they will provide the money
only after successful delivery and installation of ordered items, hence UPLC shall pay the amount
against delivery and installation against the ordered items to successful bidders only after same is
received by UPLC from the concerned department. The Bank Guarantee worth 10% of the
equipment/material value for the entire Warranty Period shall also require to be submitted with
UPLC/Client Department.
SECTION I : INSTRUCTIONS TO BIDDERS (ITB)
(A) THE BID DOCUMENT
1. Cost of e-Bid
a) The bidder shall bear all costs associated with the preparation and submission of
its e-Bid and U.P. Electronics Corporation Ltd, Lucknow hereinafter referred to as “the
Purchaser”, will in no case be responsible or liable for these costs, regardless of the
conduct or outcome of the e-Bid process.
b) This tender document is available on the web site http://etender.up.nic.inand
Corporation‟s website www.uplc.in to enable the bidders to view, download the e-Bid
document and submits e-Bids online up to the last date and time mentioned in e-Tender
notice/e-tender document against this e-Tender. The bidders shall have to pay e-Tender
document fee of ` 1000.00 (Rupees One thousand Only) and EMD ` 2,00,000/- (Rupees
TWO Lakh Only in form of DD/Bankers Cheque / BG in favour of UP Electronics
Corporation Ltd, Lucknow or through online payment. The scanned copy of the DD/
Receipt of Online through e-Tender portal and EMD ` 2,00,000/- (Rupees Two Lakh
Only) in the form of DD/ Bank Guarantee drawn must be enclosed along with the e-Bid.
This e-tender document fee is non-refundable and EMD will be refundable.
2. Contents of e-Bid Document
2.1 The goods required to be supplied; e-Bid procedure and contract terms and conditions
are prescribed in the e-Bid document. The e-Bid document includes:
(a) Invitation for e-Bid
(b) Section I : Instruction to bidders (ITB);
(c) Section II : Conditions of Contract (CC);
(d) Section III : Technical e-Bid;
(e) Section IV : Financial e-Bid;
2.2 The bidder is expected to examine all instructions, forms, terms and specifications in the
e-Bid document. Failure to furnish all information required as per the e-Bid document or
submission of e-Bid not responsive to the e-Bid document in every respect will be at the
bidder‟s risk and may result in rejection of the said e-Bid.
3. Clarification of e-Bid Document
A prospective bidder requiring any clarification of the e-Bid document may raise his/her
point of clarification through Bid Management Window after successfully login to the e-
Procurement website http://etender.up.nic.in. The bidder may seek clarification by
posting query in the relevant window after clicking "Seek Clarification" option in the
view e-tender details window for e-tender which can be selected through my tender
option of e-Bid submission menu. The clarification will be replied back by the Purchaser
through the e-Procurement website which can be read by the bidder through the
"Clarification" option under Bid Submission menu. The Purchaser may also respond to
clarifications raised by the prospective bidders on Purchaser's e-mail address
4. Amendment of e-Bid Document
4.1 At any time prior to the deadline for submission of e-Bid, the Purchaser may, for any
reason, whether at its own initiative or in response to a clarification requested by a
prospective bidder, modify the e-Bid document by amendments. Such amendments shall
be uploaded on the e-Procurement website http://etender.up.nic.in and Corporation‟s
website www.uplc.in through corrigendum and shall form an integral part of e-Bid
document. The relevant clauses of the e-Bid document shall be treated as amended
accordingly.
4.2 It shall be the sole responsibility of the prospective bidders to check the web site
http://etender.up.nic.in or Corporation‟s website www.uplc.in from time to time for any
amendment in the e-tender document. In case of failure to get the amendments, if any,
the Purchaser shall not be responsible for it.
4.3 In order to allow prospective e-Bidders a reasonable time to take the amendment into
account in preparing their e-Bids, the Purchaser, at his discretion, may extend the
deadline for the submission of e-Bids. Such extensions shall be uploaded on the
e-Procurement website http://etender.up.nic.in and Corporation‟s website www.uplc.in
(B) PREPARATION OF e-Bid
5. Language of e-Bid
5.1 The e-Bid prepared by the bidder, as well as all correspondence and documents relating
to the e-Bid exchanged by the bidder and the Purchaser shall be written either in English
or Hindi language. The correspondence and documents in Hindi must be accompanied
by embedded/separate Hindi font files. Only English numerals shall be used in the e-
Bid.
6. Documents Constituting the e-Bid
6.1 The e-Bid prepared by the bidder shall comprise the following components:
(a) Technical e-Bid - Technical e-Bid will comprise of :
(i) Fee Details – includes copies of e-tender document processing/Cost
furnished in accordance with ITB Clause 12 in PDF format.
(ii) Qualification Details – includes copies of required documents as per ITB
Clauses 10 and 11 in PDF format justifying that the bidder is qualified to
perform the contract if his/her bid is accepted and that the bidder has financial,
technical and production capability necessary to perform the contract and meets
the criteria outlined in the Qualification Requirement and Technical
Specification and fulfill all the conditions of the Contract and that the goods and
ancillary services to be supplied by the bidder conform to the e-Bid document
and Technical Specifications.
(iii) e-Bid Form – includes copy of filled in e-Bid Form as per Section-III(A) of e-
tender document in PDF format justifying that the bidder is complying with all
the conditions of the Contract and Technical Specifications of the e-Bid
Document as no deviation will be acceptable to the Purchaser.
(iv) Technical Specification Details – includes copy of filled in Technical
Specifications as per Section-III(C) of e-tender document in PDF format.
Technical Bids(Tender Ref: _____________________________ )
To be filled by bidder
(b) Financial e-Bid – Financial e-Bid will comprise of :
(i) e-Bid Form – includes copy of filled in e-Bid Form as per Section-IV (A) of e-
tender document in PDF format.
(ii) Price Schedule/BOQ – includes as per Section-IV (B)
7. e-Bid Form
7.1 The bidder shall complete the e-Bid Form and the appropriate Price Schedule/BOQ
furnished in the e-Bid document, including the goods to be supplied, their quantities and
prices in the format given in the e-Bid document.
8. e-Bid Price
8.1 The bidder shall quote separately in the downloaded spread sheet file for Price
Schedule/BOQ unit price (along with basic price, GST such as installation and onsite
comprehensive warranty maintenance service charges, if any) of each item in the
specified places for all the goods mentioned in Section III(C) of Technical
Specifications. The unit prices quoted shall be with onsite comprehensive warranty as
well as extended warranty as per period specified in column-3 of Section III(C) of
Technical Specifications.
1.2. e-Bid price of each item indicated on the Price Schedule/ BOQ as mentioned in para 8.1
above, shall include all the cost till successful installation & commissioning at various
offices situated in different cities of U.P. for all the items specified in the schedule of
requirement and onsite comprehensive warranty maintenance i.e.
I. The price of goods (ex-works, ex-factory, ex-showroom, ex-warehouse, or off-the-
shelf, as applicable), including all duties and sales and other taxes already paid or
payable:
(a) on components and raw material used in the manufacture or assembly of goods
quoted ex-works or ex-factory; or
(b) on the previously imported goods of foreign origin quoted ex-showroom, ex-
warehouse, or off-the-shelf.
II. Any Indian duties, sales and other taxes which will be payable on the goods if this
Contract is awarded.;
III. The price for inland transportation, insurance and other local costs incidental to
delivery of the goods to their final destination.
IV. The price of other incidental services listed in Clause 11 of the Conditions of
Contract.
4.3 Prices quoted by the bidder shall be fixed during the bidder‟s performance of the
Contract and not subject to variation on any account subject to ITB Clause 25.1. An e-
Bid submitted with an adjustable price quotation unless asked for shall be treated as non-
responsive and rejected.
9. e-Bid Currencies
Prices shall be quoted in Indian Rupees only.
10. Documents Establishing bidder’s Qualification
10.1 Pursuant to ITB Clause 6, the bidder shall furnish, as part of its Technical e-Bid,
documents establishing the bidder‟s qualification to perform the Contract if its e-Bid is
accepted. The documentary evidence should be submitted by the bidder electronically in
the PDF format.
10.2 The documentary evidence of bidder‟s qualification to perform the Contract if its e-Bid
is accepted shall be as per Qualification Requirements specified in Section III (D) of e-
tender document.
11. Documents Establishing Goods’ Conformity to e-Bid Documents
11.1 Pursuant to ITB Clause 6, the bidder shall furnish, as part of its e-Bid, documents
establishing the conformity to the e-Bid documents of all goods and services which the
bidder proposes to supply under the contract. The documentary evidence should be in
the PDF file format.
11.2 The documentary evidence of conformity of the goods and services to the e-Bid
documents shall consist of:
(a) The brochures /leaflets /document downloaded from the internet site of the OEM
of the goods offered in support of the technical specifications asked in the e-tender.
(b) The copies of the purchase deed of the office building/receipt of the rent paid/
transfer & posting orders of engineers/any other proof of placement to the
satisfaction of Purchaser should be enclosed as a documentary evidence in support of
their service centers to be mentioned in the e-Bid;
(c) An item-by-item commentary on the Purchaser‟s Technical Specifications
demonstrating substantial responsiveness of the goods and services to those
specifications or a statement of deviations and exceptions to the provisions of the
Technical Specifications;
(d) A confirmation that, if the bidder offers systems and/or other software
manufactured by another company, such software operates effectively on the system
offered by the bidder; and the bidder is willing to accept responsibility for its
successful operations.
(e) A confirmation that the bidder is either the owner of intellectual Property Rights
in the hardware and the software items offered, or that it has proper authorization
from the owner to offer them. Willful misrepresentation of these facts shall lead to
the cancellation of the e-Bid/ contract without prejudice of other remedies that the
Purchaser may take.
12. e-Bid Security/Earnest Money Deposit (EMD)
12.1 Pursuant to ITB Clause 6, the bidder shall furnish, as part of its e-Bid, an e-Bid
security/EMD - ` 2,00,000/- (Rupees Two Lakh Only) in form of DD/Bankers Cheque /
BG in favour of UP Electronics Corporation Ltd, Lucknow or through online payment.
12.2 The e-Bid security is required to protect the Purchaser against the risk of bidder‟s
conduct which would warrant the security‟s forfeiture, pursuant to ITB Clause 12.7.
12.3 The e-Bid security shall be in Indian Rupees and shall be in the following forms only:
Submitted online through e-Tender portal which shall payable in favour of U.P.
Electronics Corporation Ltd at Lucknow. Bidder may submit the bid security of the
above amount in the form of online payment through etender portal
http://etender.up.nic.in payable in favour of UP Electronics Corporation Ltd, Lucknow.
12.4 Any e-Bid not secured in accordance with ITB Clauses 12.1 and 12.3 above shall be
treated as non-responsive and rejected by the Purchaser.
12.5 Unsuccessful bidder‟s e-Bid security will be returned upon the written request through
cheque as promptly as possible after the expiration of the period of e-Bid validity
prescribed by the Purchaser, pursuant to ITB Clause 13.
12.6 The successful bidder‟s e-Bid security will be returned upon the bidder signing the
Contract, pursuant to ITB Clause 28, and furnishing the performance security, pursuant to
ITB Clause 29.
12.7 The e-Bid security may be forfeited:
(a) if a bidder (i) withdraws its e-Bid during the period of e-Bid validity specified by the
bidder on the e-Bid Form; or (ii) does not accept the correction of errors pursuant to
ITB Clause 22.2; or (iii) modifies its e-Bid price during the period of e-Bid validity
specified by the bidder on the e-Bid form or
(b) in case of a successful bidder, if the bidder fails:
(i) to sign the Contract with the Purchaser in accordance with ITB Clause 28; or
(ii) to furnish performance security in accordance with ITB Clause 29.
13. Period of Validity of e-Bid
13.1 e-Bid shall remain valid for 180 days after the date of e-Bid opening prescribed by the
Purchaser, pursuant to ITB Clause 16. An e-Bid valid for a shorter period shall be
rejected by the Purchaser as non-responsive.
13.2 In exceptional circumstances, the Purchaser may solicit the bidder‟s consent to an
extension of the period of e-Bid validity. The request and the response thereto shall be
made in writing. A bidder may refuse the request without forfeiting its e-Bid security. A
bidder granting the request will not be required nor permitted to modify its e-Bid.
14. Format and Signing of e-Bid
14.1 The bidder shall prepare one electronic copy each of the Technical e-Bid and Financial
e-Bid separately.
14.2 The e-Bid document shall be digitally signed, at the time of uploading, by the bidder or a
person or persons duly authorized to bind the bidder to the Contract. The later
authorization shall be indicated by a scanned copy of written power-of-attorney
accompanying the e-Bid. All the pages/ documents of the e-Bid that are to be uploaded
shall be digitally signed by the person authorized to sign the e-Bid.
15. . Submission of e-Bid
The Bid Submission module of e-Procurement website http://etender.up.nic.in enables
the bidders to submit the e-Bid online in response to this e-tender published by the
Purchaser. Bid Submission can be done only from the Bid Submission start date and
time till the Bid Submission end date and time given in the e-tender. Bidders should start
the Bid Submission process well in advance so that they can submit their e-Bid in time.
The bidders should submit their e-Bid considering the server time displayed in the e-
Procurement website. This server time is the time by which the e-Bid submission
activity will be allowed till the permissible time on the last/end date of submission
indicated in the e-tender schedule. Once the e-Bid submission date and time is over, the
bidders cannot submit their e-Bid. For delay in submission of e-Bid due to any reasons,
the bidders shall only be held responsible.
The bidders have to follow the following instructions for submission of their e-Bid:
15.1 For participating in e-Bid through the e-tendering system, it is necessary for the bidders
to be the registered users of the e-Procurement website https:// etender.up.nic.in. The
bidders must obtain a User Login Id and Password by registering themselves with U.P.
Electronics Corporation Limited, Lucknow if they have not done so previously for
registration. Refer to details given in Invitation for e-Bid Clause 11.
15.2 In addition to the normal registration, the bidder has to register with his/her Digital
Signature Certificate (DSC) in the e-tendering system and subsequently he/she will be
allowed to carry out his/her e-Bid submission activities. Registering the Digital
Signature Certificate (DSC) is a one time activity. Before proceeding to register his/her
DSC, the bidder should first log on to the e-tendering system using the User Login
option on the home page with the Login Id and Password with which he/ she has
registered as per clause 15.1 above.
For successful registration of DSC on e-Procurement website http://etender.up.nic.in the
bidder must ensure that he/she should possess Class-2/Class-3 DSC issued by any
certifying authorities approved by Controller of Certifying Authorities, Government of
India, as the e-Procurement website https://etender.up.nic.in is presently accepting DSCs
issued by these authorities only. The bidder can obtain User Login Id and perform DSC
registration exercise as described in clauses 15.1 and 15.2 above even before e-Bid
submission date starts. The Purchaser shall not be held responsible if the bidder tries to
submit his/her e-Bid at the last moment before end date of submission but could not
submit due to DSC registration problem.
15.3 The bidder can search for active tenders through "Search Active tenders" link, select a
tender in which he/she is interested in and then move it to „My Tenders‟ folder using the
options available in the e-Bid Submission menu. After selecting and viewing the tender,
for whom the bidder intends to e-Bid, from "My Tenders" folder, the bidder can place
his/her e-Bid by clicking "Pay Offline" option available at the end of the view tender
details form. Before this, the bidder should download the e-tender document and Price
Schedule/Bill of Quantity (BOQ) and study them carefully. The bidder should keep all
the documents ready as per the requirements of e-tender document in the PDF format
except the Price Schedule/Bill of Quantity (BOQ) which should be in the XLS format
(Excel sheet).
15.4 After clicking the „Pay Offline‟ option, the bidder will be redirected to the Terms and
Conditions page. The bidder should read the Terms & Conditions before proceeding to
fill in the Tender Fee and EMD offline payment details. After entering and saving the
Tender Fee and EMD details, the bidder should click "Encrypt & Upload" option given
in the offline payment details form so that "Bid Document Preparation and Submission"
window appears to upload the documents as per Technical (Fee details, Qualification
details, e-Bid Form and Technical Specification details) and financial (e-Bid Form and
Price Schedule/BOQ) schedules/packets given in the tender details. The details of the
Demand Draft or any other accepted instrument which is to be physically sent in original
before opening of technical e-Bid, should tally with the details available in the scanned
copy and the data entered during e-Bid submission time otherwise the e-Bid submitted
will not be accepted.
15.5 Next the bidder should upload the Technical e-Bid documents for Fee details (e-tender
fee and EMD), Qualification details as per "ITB Clause 10 or 21", e-Bid Form as per
"Section-III(A)" and Technical Specification details as per "Section-III(C):Technical
Specifications" and Financial e-Bid documents as per "Section-IV(A):e-Bid Form" and
"Section-IV(B):Price Schedule/BOQ" of e-tender document. Before uploading, the
bidder has to select the relevant Digital Signature Certificate. He may be prompted to
enter the Digital Signature Certificate password, if necessary. For uploading, the bidder
should click "Browse" button against each document label in Technical and Financial
schedules/packets and then upload the relevant PDF/XLS files already prepared and
stored in the bidder's computer. The required documents for each document label of
Technical (Fee details, Qualification details, e-Bid Form and Technical Specification
details) and financial (e-Bid Form and Price Schedule/BOQ) schedules/packets can be
clubbed together to make single different files for each label.
15.6 The bidder should click "Encrypt" next for successfully encrypting and uploading of
required documents. During the above process, the e-Bid documents are digitally signed
using the DSC of the bidder and then the documents are encrypted/locked electronically
with the DSC‟s of the bid openers to ensure that the e-Bid documents are protected,
stored and opened by concerned bid openers only.
15.7 After successful submission of e-Bid document, a page giving the summary of e-Bid
submission will be displayed confirming end of e-Bid submission process. The bidder
can take a printout of the bid summary using the "Print" option available in the window
as an acknowledgement for future reference.
15.8 Purchaser reserves the right to cancel any or all e-Bids without assigning any reason.
16. Deadline for Submission of e-Bid
16.1 e-Bid (Technical) must be submitted by the bidders at e-Procurement website
https://etender.up.nic.in not later than the time 06.00 P.M. on 13-10-2018 (as the server
time displayed in the e-Procurement website).
16.2 The Purchaser may, at its discretion, extend this deadline for submission of e-Bid by
amending the e-Bid document in accordance with ITB Clause 4, in which case all rights
and obligations of the Purchaser and bidders previously subject to the deadline will
thereafter be subject to the deadline as extended.
17. Late e-Bid
17.1 The server time indicated in the Bid Management window on the e-Procurement website
https://etender.up.nic.in will be the time by which the e-Bid submission activity will be
allowed till the permissible date and time scheduled in the e-tender. Once the e-Bid
submission date and time is over, the bidder cannot submit his/her e-Bid. Bidder has to
start the Bid Submission well in advance so that the submission process passes off
smoothly. The bidder will only be held responsible if his/her e-Bid is not submitted in
time due to any of his/her problems/faults, for whatsoever reason, during e-Bid
submission process.
18. Withdrawal and Resubmission of e-Bid
18.1 At any point of time, a bidder can withdraw his/her e-Bid submitted online before the
bid submission end date and time. For withdrawing, the bidder should first log in using
his/ her Login Id and Password and subsequently by his/her Digital Signature Certificate
on the e-Procurement website https://etender.up.nic.in. The bidder should then select
"My Bids" option in the Bid Submission menu. The page listing all the bids submitted
by the bidder will be displayed. Click "View" to see the details of the e-Bid to be
withdrawn. After selecting the "Bid Withdrawal" option, the bidder has to click "Yes" to
the message "Do you want to withdraw this bid?" displayed in the Bid Information
window for the selected bid. The bidder also has to enter the bid Withdrawing reasons
and upload the letter giving the reasons for withdrawing before clicking the ”Submit"
button. The bidder has to confirm again by pressing "Ok" button before finally
withdrawing his/her selected e-Bid.
18.2 The bidder has to request the Purchaser with a letter, attaching the proof of withdrawal
and submission of e-Bid security/EMD in the office of Purchaser, to return back the e-
Bid security/EMD as per the manual procedure, IF ANY.
18.3 No e-Bid may be withdrawn in the interval between the deadline for submission of e-
Bids and the expiration of period of e-Bid validity. Withdrawal of an e-Bid during this
interval may result in the bidder‟s forfeiture of his/her e-Bid security, pursuant to ITB
Clause 12.7.
18.4 The bidder can re-submit his/her e-Bid as and when required till the e-Bid submission
end date and time. The e-Bid submitted earlier will be replaced by the new one. The
payment made by the bidder earlier will be used for revised e-Bid and the new e-Bid
submission summary generated after the successful submission of the revised e-Bid will
be considered for evaluation purposes. For resubmission, the bidder should first log in
using his/her Login Id and Password and subsequently by his/her Digital Signature
Certificate on the e-Procurement website https://etender.up.nic.in. The bidder should
then select "My Bids" option in the Bid Submission menu. The page listing all the bids
submitted by the bidder will be displayed. Click "View" to see the details of the e-Bid to
be resubmitted. After selecting the "Bid Resubmission" option, click "Encrypt &
Upload" to upload the revised e-Bid documents by following the methodology provided
in clauses 15.4 to 15.7.
18.5 The bidders can submit their revised e-Bids as many times as possible by uploading their
e-Bid documents within the scheduled date & time for submission of e-Bids.
18.6 No e-Bid can be resubmitted subsequently after the deadline for submission of e-Bids.
(C) e-Bid OPENING AND EVALUATION OF e-Bid
19. Opening of Bids
19.1 Opening of Technical e-Bid by the Purchaser
(i) The Purchaser will open all technical e-Bids, in the presence of bidders‟ representatives
who choose to attend at 06.00 P.M. on 02-11-2018 at UP Electronics Corporation Ltd,
10 Ashok Marg, Lucknow-226001. The bidder‟s representatives who are present shall
sign a register evidencing their attendance. In the event of the specified date of e-Bid
opening being declared a holiday for the Purchaser, the e-Bids shall be opened at the
appointed time and place on the next working day.
(ii) The bidder‟s names and the presence or absence of requisite e-Bid security and such
other details as the Purchaser at its discretion may consider appropriate, will be
announced at the opening. The name of such bidders not meeting the Technical
Specifications and qualification requirement shall be notified subsequently.
(iii) The Purchaser will prepare minutes of the e-Bid opening.
19.2 Opening of Financial e-Bid
(i) After evaluation of technical e-Bid, the Purchaser shall notify those bidders whose
technical e-Bids were considered non-responsive to the Conditions of the Contract and
not meeting the technical specifications and Qualification Requirements indicating that
their financial e-Bids will not be opened. The Purchaser will simultaneously notify the
bidders, whose technical e-Bids were considered acceptable to the Purchaser. The
notification may be sent by letter, fax or by e-mail.
(ii) The financial e-Bids of technically qualified bidders shall be opened in the presence of
bidders who choose to attend, and date for opening of financial bids will be
communicated to the Technically Qualified Bidders subsequently after completion of
technical bids evaluation. The name of bidders, Unit Price quoted for various items etc
will be announced at the meeting.
(iii)The Purchaser will prepare the minutes of the e-Bid opening.
20. Clarification of e-Bid
During evaluation of e-Bid, the Purchaser may, at its discretion, ask the bidder for a
clarification of his/her e-Bid. The request for clarification and the response shall be in
writing.
21. Evaluation of technical e-Bid and Evaluation Criteria
The Purchaser will examine the e-Bid to determine whether they are complete, whether
they meet all the conditions of the Contract, whether required e-tender fee, e-Bid
security and other required documents have been furnished, whether the documents have
been properly digitally signed, and whether the e-Bids are generally in order. Any e-Bid
or e-Bids not fulfilling these requirements shall be rejected.
21.1 The bidder should be a branded/Original Equipment Manufacturer (OEM) of
Computer Hardware or their authorized dealer/distributor/supplier, which has been
authorized by the OEM to participate in this e-tender. The e-Bids of bidders who are
dealers/distributor/suppliers of Computer Hardware and have not submitted their
authorization certificates from respecting equipments Manufacturers (OEM) for
this eTender shall also be rejected.
21.2 The bidder shall submit the copies of the certificate of the trade mark registration/the
authorization letter of the competent authority using the trade mark and/or certificate of
registration in excise of the manufacturer for Computer hardware items offered in this e-
tender. In case manufacturer is exempted from excise duties by the Government, the
bidder shall furnish documentary proof along with the e-Bid. The e-Bid submitted
without required documentary proof shall be rejected.
21.3 The bidder shall be in the business of installation and installation of the
Computer/Laptop and allied items. The e-Bids of the bidders not submitting duly
signed & stamped evidence i.e. copies of purchase order and its satisfactory installation
report of last three financial years regarding installation of Computer hardware/
/Laptop and allied items e-Bid shall be rejected. The e-Bidders should also submit
filled in Performa as per "Section III (F) - Performance Statement Form" in support of
his/her experience.
21.4 All the items quoted should have minimum technical specifications given in the
e-tender.
21.5 The bidder should have a Service center at Lucknow is essential. Details of Service
Centers and information on service support facilities that would be provided during and
after the warranty period should be given by the bidder as per Service Support Form
given in Section-III (G) of this e-tender document. The e-Bids of the bidder who do not
have at least eight Service Support Centers in different Revenue Division of U.P. shall
be rejected. The bidder whose e-Bid is accepted, shall also be bound to open their
service centers/their service providers in all those revenue divisions/or adjacent revenue
divisions for whom Computer hardware are being installed within two months from the
date of issue of purchase order. Bidder shall submit an undertaking to the Purchaser to
this effect. If at any stage, it is found that the centers/service providers have not been
opened or non-functional or have been closed down, then the e-Bid
security/performance bank guarantee shall be forfeited.
21.6 The bidder should have given satisfactory warranty maintenance services of the
Computer hardware/Laptop and allied items products supplied by them and should
submit supporting documents from its clients for the same.
21.7 The bidder should submit a notarized affidavit that the bidder‟s firm has not been black
listed from any State/Central Government Departments/Organizations. The e-Bids of the
black-listed bidders or those not submitting the required affidavit shall be rejected.
21.8 All e-Bids submitted shall also include the following:
(i) Filled in form as per Section III (H) - Capability Statement.
(ii) Certified Copies of relevant pages of following documents:
a. Memorandum and Article of Association showing objectives of the
Company/firm and authority to sign the e-Bid/contract or delegate the
power to others for signing the e-Bid/contract.
b. Place of registration.
c. The power-of-attorney authorizing the bidder to sign the e-Bid/
contract.
d. PAN certificate of the company/firm.
e. GST registration certificate of the company/firm.
The e-Bids of the bidders not submitting certified copies of documents mentioned in
clause 21.8 (ii) above shall be rejected.
21.9 The bids of the bidders not quoting all the items of a schedule of the tender may be
rejected. It is not necessary for a Bidder to quote all schedules of Bid. But if bidder
is quoting any schedule, it is must to quote all items for that schedule. Bidders must
quote for all the items in a schedule in the technical bid and in the price
schedule/BOQ of financial bid. The bids of bidders who will not quote for all the
items in any schedule in technical and financial bids shall be rejected.
21.10 The e-Bids found to be not responsive to and not fulfilling all the conditions of the
contract and not meeting Technical Specifications and Qualification Requirements to
the satisfaction of Purchaser shall be rejected and may not subsequently be made
responsive by the bidder by correction of the non-conformity. The e-Bids of bidders
mentioning any of their conditions which are not mentioned in the e-tender document
or are not in conformity with the conditions of the contract shall be rejected.
21.11 It shall be the discretion of the Purchaser to decide as to whether an e-Bid fulfils the
evaluation criterion mentioned in this e-tender or not.
21.12 The bidders are advised not to mix financial bid documents with the PDF documents
submitted for technical bid. The e-Bids of the bidders having financial bid document in
the technical bid will out rightly are rejected.
21.13 Uttar Pradesh State Unit manufacturer bidders seeking purchase preference/price
preference for their manufactured quoted goods as per the G.O. 706/18-5-2003-
9(S.P.)/95, dated 11 June 2003 and 1261/18-5-2006-9(S.P.)/95 dated 22 September
2006 of Small Industries Department, Govt. of Uttar Pradesh shall have to submit the
evidence that their quoted goods have been manufactured by them in a manufacturing
unit in Uttar Pradesh. The bidder should also submit proof that its manufacturing unit
falls into small/medium/large scale industry unit as per Govt. norms
22 Financial Evaluation and Comparison
22.1 The Purchaser will evaluate and compare the financial rates of individual items quoted
in the price schedule/BOQ of e-Bids of those bidders whose technical e-Bids are found
responsive as per the conditions of the e-tender only for those items of the bidders which
have been technically accepted by the Purchaser.
22.2 No additional payments shall be made for completion of any contractual obligation
beyond the quoted prices. If the supplier does not accept the correction of errors if any,
its e-Bid shall be rejected and its e-Bid security may be forfeited.
22.3 No weightage/preference shall be given to the bidder quoting any higher technical
specifications against the technical specifications of the items asked in the e-tender.
22.4 The Purchaser‟s evaluation of a Financial bid shall be based on lowest rate quoted
excluding GST by the bidder including the cost of equipment – preloaded with software
as indicated in the technical specification (Ex-factory/ex-warehouse/off-the-shelf price
of the goods offered from within India, such price to include all costs as well as duties
and taxes paid or payable on components and raw material incorporated or to be
incorporated in the goods, and Excise duty on the finished goods, if payable) and price
of incidental services and the cost of inland transportation, insurance and other costs
within India incidental to the delivery of the goods to their final destination as
mentioned in para 8.2 of ITB.
22.5 Uttar Pradesh State Unit manufacturer bidders will be given purchase preference/price
preference for their manufactured quoted goods as per the G.O. 706/18-5-2003-
9(S.P.)/95, dated 11 June 2003 and 1261/18-5-2006-9(S.P.)/95 dated 22 September 2006
of Small Industries Department, Govt. of Uttar Pradesh.
22.6 Evaluation for bids shall be done total lowest bid price (excluding GST) received
for all items for that schedule.
22.7 The bidders whose technical bids would be found responsive and meeting the
qualification requirements and fulfilling all conditions of the tenders, shall be considered
for those items which would be technically accepted by the purchaser and whose
schedule-wise bid price quoted are lowest in the bids.
23 Contacting the Purchaser
23.1 Subject to ITB Clause 20, no bidder shall contact the Purchaser on any matter relating to
his/her e-Bid, from the time of the e-Bid opening to the time the Contract is awarded. If
the bidder wishes to bring additional information to the notice of the Purchaser, he/she
can do so in writing.
23.2 Any effort by a bidder to influence the Purchaser in its decisions on e-Bid evaluation,
e-Bid comparison or contract award may result in rejection of the bidder‟s e-Bid.
(D) AWARD OF CONTRACT
24 Award Criteria
24.1 The Purchaser will determine to its satisfaction whether the bidder(s) that is selected as
having submitted the lowest evaluated responsive bid meets the criteria specified in ITB
Clause 10.2, and is qualified to perform the contract satisfactorily.
24.2 Subject to ITB Clause 26, the Purchaser will award the contract to the lowest evaluated
successful Bidder whose bid has been determined to be responsive to all the conditions
of the contract and meeting the Technical specification and qualification requirement of
the Bidding Document.
25 Purchaser’s right to vary Quantities at the Time of Award
25.1 The Purchaser reserves the right at the time of Contract award to increase up to 50% or
decrease as per requirement of client department(s) the quantity of goods and services
originally specified in the Schedule of Requirements without any change in unit price or
other terms and conditions, depending upon the requirement of end-customer.
25.2 If any taxes/duties are increased/ decreased by the Government during the contract
period, the same shall be adjusted mutually after submitting the proof by the successful
bidder to the Purchaser.
26 Purchaser’s right to accept any e-Bid and to reject any or all e-Bids
26.1 The Purchaser reserves the right to accept or reject any e-Bid, and to annul the e-
Bid process and reject all e-Bids at any time prior to contract award, without thereby
incurring any liability to the affected bidder or bidders.
27 Notification of Award
27.1 Prior to the expiration of the period of e-Bid validity, the Purchaser will notify the
successful bidder in writing by letter/e-mail/fax, that its e-Bid has been accepted.
27.2 The notification of award will constitute the formation of the Contract.
27.3 Upon successful bidder‟s furnishing of performance security pursuant to ITB Clause 29,
the Purchaser will promptly return e-Bid security pursuant to ITB Clause 12.
28 Signing of Contract
28.1 At the same time as the Purchaser notifies the successful bidder that its e-Bid has been
accepted, the Purchaser will send the bidder the Contract Form provided in the e-Bid
document, incorporating all conditions of the agreement between the parties i.e.
Purchaser and successful bidder.
28.2 Within 7 days of receipt of the Contract Form, the successful bidder shall execute, sign
and date the Contract and return it to the Purchaser.
29 Performance Security
29.1 Within 7 (Seven) days of the execution of the contract with the Purchaser, the successful
bidder shall furnish a performance security in the form of bank guarantee for 10%
amount of order value in favour of concerned department, if required, which would be
valid for the period of warranty obligation from State Bank of India or its associate
banks or any nationalized Bank of India or scheduled bank located in India in favour of
the purchaser, in accordance with the Conditions of Contract, in the Performance
Security Form provided in the bidding document or in another form acceptable to the
purchaser.
29.2 In some cases for small amount orders, where the concerned department has not asked
for the Bank Guarantee in its favour, UPLC may ask the successful bidder to submit
performance security in favour of UP Electronics Corporation Ltd.
29.3 Failure of the successful bidder to comply with the requirement shall constitute
sufficient grounds for the annulment of the award and forfeiture of the e-Bid security, in
which event the Purchaser may make the award to the next lowest evaluated bidder or
call for new e-Bids.
Section-II
Qualifying Criteria
SN Qualifying Criteria Document’s Required
1 The Bidder should shall be registered in India
Certificate of Incorporation / VAT & GST
Registration
2 The Bidder has been in commercial operations in
the last 05 financial years in India.
Bidder should submit copy of IT
Related/Computer Lab purchase order along with
installation/Completion certificate having value
not less than Rs 25 lakhs in last five years.
3 As on date of submission of the proposal, the
Bidder is neither blacklisted by Central
Government / State Government or
instrumentalities thereof nor any criminal case
against the Bidder / Its Partners / Directors /
Agents pending before any court of Law.
Notarized Affidavit of neither blacklisted by
Central Government / State Government or
instrumentalities thereof nor any criminal case
against the Bidder / Its Partners / Directors /
Agents pending before any court of Law.
Undertaking from authorized signatory of Bidder.
4 Authorization from the "OEM" Authorization Certificate from the "OEM" on
Letter Head
5 Bidder should submit the Power of Attorney for
Authorization to sign Bidder's e-Bid Documents/
Contract by competent Authority.
Power of Attorney / Relevant Document
6 Bidder should submit the Acceptance of Terms &
Conditions of e-Bid Tender Document by the
Bidder on "BID FORM" (SECTION III A)
Form, duly signed by the authorized signatory.
7 Bidder should submit the "Schedule of
Requirements" of e Tender Document duly
signed by Bidder and given. (SECTION III B)
Form, duly signed by the authorized signatory.
8 Bidder should submit the compliance sheet of
"Technical Specification" of all the Items given in
Bid. (SECTION III C)
The Bidder should submit the Form, which should
be duly signed by the authorized signatory.
Technical compliance should be submitted on
OEM‟s/Bidder letterhead.
9 Bidder should submit the "Technical e-Bid" - Bid
Security Form (SECTION III D)
Form duly signed by the authorized signatory.
10 Bidder should submit the "Technical e-Bid" -
SECTION III(E) : CONTRACT FORM
Form duly signed by the authorized signatory.
11 Bidder should submit the "Technical e-Bid" –
Performance Statement. (SECTION III F)
Form duly signed by the authorized signatory.
12 Bidder should submit the "Technical e-Bid" –
Service Support Details (SECTION III G)
Form duly signed by the authorized signatory.
13 Bidder should submit the "Technical e-Bid" –
Capability Statement (SECTION III H)
Form duly signed by the authorized signatory.
14 Bidder should submit the "Technical e-Bid" –
Performance Security Form (SECTION III I)
Form duly signed by the authorized signatory.
15 Bidder should submit the PAN No. Copy of PAN Card of Bidder
16 Bidder should submit the GST No.
Copy of GST Certificated
17 Bidder should have average annual turn-over of
Rs 20 crores in last three financial years.
2014- 15
2015- 16
2016- 17
Copy of Balance Sheet and Profit & Loss
Statement signed by Chartered Accountant.
Statutory Auditor Certificate or Certificate from
the Company Secretary of the Bidder/ Chartered
Accountant clearly specifying the turnover for the
specified years.
18 The Bidder should submit the list of minimum 5
Service Engineers in Lucknow
Letter from the Companies HR Head/ Company
Secretary stating the number of Service
Engineers.
The Detail can be submitted at the Time of Award
SN Qualifying Criteria Document’s Required
of Contract.
19 Bidder should submit the Cost of e-Bid
document.
.By Online payment or Scan Copy of Tender Fee
in form of as desired, should uploaded with
technical bid and Original Copy after Technical &
Financial bid Opened. If not submitted, legal
action (Cancellation of Registration and Black
Listing) will be taken.
20 Bidder should submit the e-Bid security (EMD). .By Online payment or Scan Copy e-Bid security
(EMD) in form of as desired, should uploaded
with technical bid and Original Copy after
Technical & Financial bid Opened. If not
submitted, legal action (Cancellation of
Registration and Black Listing) will be taken.
21 The Bidder should mention the make & OEM of
Language Lab equipment's in compliance sheet.
Duly signed Compliance sheet from OEM /
Bidder
22 03 years onsite comprehensive warranty on
Language Lab equipment's
03 years warranty certificate from OEM
Section-III
Conditions of Contract
1. Definitions
1.1 In this Contract, the following terms shall be interpreted:
(a) “The Contract” means the agreement entered into between the Purchaser and the
Supplier, as recorded in the Contract Form signed by the parties, including all the
attachments and appendices thereto and all documents incorporated by reference
therein;
(b) “The Contract rates” mean the prices of various items payable to the Supplier
under the Contract for the full and proper performance of its contractual
obligations;
(c) “The Goods” means all the equipment, machinery and/or other materials which
the Supplier is required to supply to the Purchaser under the Contract;
(d) “Services” means services ancillary to the supply of the Goods, such as
transportation and insurance and any other incidental services, such as
installation, provision of technical assistance and other obligations of the
Supplier covered under the Contract;
(e) “The Purchaser” means the organization purchasing the goods and the Purchaser
is U.P. Electronics Corporation Ltd., 10, Ashok Marg, Lucknow-226001
(f) “The Supplier” means the individual or firm supplying the Goods and Services
under this Contract for the period of one year and supplier is ------------------------
;
(g) “The Project Site”, where applicable, mean‟s the Departments/Institutions of
State government located in different cities of U.P., where the Computer
hardware and other items will be supplied against the purchase orders of the
Purchaser.
(h) “Day” means calendar day.
2. Application
These Conditions shall apply to the extent that they are not superseded by provisions in
other parts of the Contract.
3. Standards
he Goods supplied under this Contract shall conform to the standards mentioned in the
Technical Specifications or the higher and when no applicable standard is mentioned;
the authoritative standard appropriate to the Goods‟ country of origin and such standards
shall be the latest issued by the concerned O.E.M. of goods.
4. Patent Rights
The Supplier shall indemnify the Purchaser against all third-party claims of infringement
of patent, trademark or industrial design rights arising from use of the Goods or any part
thereof in India.
5. Performance Security
5.1 Within 7 (Seven) days of the execution of the contract with the Purchaser, the successful
bidder shall furnish a performance security in the form of bank guarantee for 10%
amount of order value in favour of concerned department, which would be valid for the
period of warranty obligation from India or its associate banks or any nationalized Bank
of India or scheduled bank located in India in favour of the purchaser, in accordance
with the Conditions of Contract, in the Performance Security Form provided in the
bidding document or in another form acceptable to the purchaser.
5.2 During warranty/extended warranty period, the defective item (s) or component(s) are to
be replaced or repaired whatever required, shall be done by the supplier to the
satisfaction of the Purchaser/user department.
5.3 The proceeds of the performance security shall be payable to the authority in favour of
whom the performance bank guarantees being made as compensation for any loss
resulting from the supplier‟s failure to complete its obligations under the Contract.
5.4 The performance security shall be denominated in Indian Rupees and shall be in the
following forms only:
A Bank guarantee issued by State Bank of India or its associate bank or a nationalized
bank of India or a scheduled bank located in India acceptable to the Purchaser, in the
form provided in the e-Bid document or another form acceptable to the Purchaser/user
department.
5.5 The performance security will be discharged by the Purchaser/user department and
returned to the Supplier upon the written request through cheque as promptly as possible
following the date of its validity or completion of the Supplier‟s performance obligations
including any onsite warranty/extended warranty obligations, whichever is later, under
the contract.
5.6 In the event of any contract amendment, the Supplier shall within 7 days of receipt of
such amendment furnish the amendment to the Performance Security rendering the same
valid for the duration of the Contract as amended for 60 days after the completion of
performance obligations including three years comprehensive warranty obligations of all
the items.
5.7 In some cases, for small amount orders, where the concerned department has not asked
for the Bank Guarantee in its favour, UPLC may ask the successful bidder to submit
performance security in favour of UP Electronics Corporation Ltd.
5.8 In case, the successful bidder fail to submit the performance security then 10%
amount of order value shall be deducted and it will remain with UPLC in pursuant
to Warranty Services during the first payment to selected Bidder.
6. Inspection & Tests
Inspection and tests prior to shipment of Goods and at final acceptance are as follows:
6.1
(i) The inspection of the Goods shall be carried out to check whether the Goods are
in conformity with the technical specifications attached to the contract and the
Conditions of Contract. The Purchaser will test all the equipment prior to their
delivery at sites in the office/factory of the supplier and the Supplier will
dispatch the inspected & tested goods by the Purchaser to the ultimate consignee
along with manufacturer‟s warranty certificate. Complete hardware and software
as specified in Section III (B) should be supplied, installed and commissioned
properly against the purchase order of the Purchaser by the supplier prior to
commencement of performance tests, if not carried out by the Purchaser prior to
their delivery at sites. Supply and Installation of Computer hardware shall be
tested at sites only after its installation. For site preparation, as stated in Clause
35 the supplier should furnish all details to the Purchaser sufficiently in advance
so as to get the works completed before receipt of the equipment.
(ii) The acceptance test will be conducted by the Purchaser, their consultant or any
other person nominated by the Purchaser, at its option. There shall not be any
additional charges for carrying out acceptance tests. The acceptance will involve
trouble-free operation during acceptance testing period. No malfunction, partial
or complete failure of any part of hardware or excessive heating of motors
attached to printers, drivers etc. or bugs and malfunctioning in the software
should occur. All the software should be complete and no missing
module/sections will be allowed. During acceptance tests, the items having the
same or higher technical specifications as given in the contract shall only be
accepted. The Supplier shall maintain necessary log in respect of the result of the
tests to establish to the entire satisfaction of the Purchaser. An average uptake
efficiency of 98% for the duration of test period shall be considered as
satisfactory.
(iii) In the event of the Hardware and Software failing to pass the acceptance test, if
carried out at site of installation, a period not exceeding two weeks will be given
to rectify the defects and clear the acceptance test, failing which the Purchaser
reserves the rights to get the equipment‟s replaced by the supplier at no extra cost
to the Purchaser.
(iv) Successful conducts and the conclusion of the acceptance test for the installed
goods and equipment shall also be the sole responsibility and at the cost of the
supplier.
6.2 The inspections and tests will be conducted on the premises of the Supplier prior to
delivery of the Goods at final destination. For conducting the inspection and tests at the
premises of the Supplier, all reasonable facilities and assistance, including access to
drawings and production data shall be furnished by the supplier at no charge to the
inspectors of the Purchaser. Supplier shall intimate to the Purchaser indicating that the
Computer hardware equipments are ready for inspection and the Purchaser can send
their representative for inspection at their premises. After receipt of such intimation
from the Supplier, the Purchaser shall arrange for pre-dispatch inspection and test. After
the Supply and Installation of Computer hardware passes in the inspection and tests,
the Supplier shall deliver and install the system and all other items at the respective sites
within the time schedule given in the Schedule of Requirements.
6.3 Should any inspected or tested Goods fail to conform to the specifications, the Purchaser
may reject the goods and the Supplier shall either replace the rejected Goods or make
alterations necessary to meet specification requirements free of cost to the Purchaser.
6.4 The Purchaser‟s rights to inspect, test and, where necessary, reject the Goods after the
Goods‟ arrival at Project Site shall in no way be limited or waived by reason of the
Goods having previously been inspected, tested and passed by the Purchaser or its
representative prior to the Goods shipment.
6.5 Manual and Drawing
6.5.1 Before the goods and equipment taken over by the representative of the project site(s),
the supplier shall supply operation/user manual together with equipment if any. These
shall be in such detail as will enable the Purchaser to operate all the equipment as stated
in the specifications.
6.5.2 The manual shall be in the ruling language (English or Hindi) and in such form and
numbers as stated in the purchase order. Manual may be in CD/DVD Format also.
6.5.3 Unless and otherwise agreed the goods and equipment shall not be considered to be
completed for the purpose of taking over until such manuals as stated in the purchase
order have been supplied to the Purchaser.
7. Packing
7.1 The Supplier shall provide such packing of the Goods as is required to prevent their
damage or deterioration during transit to their final destination as indicated in the
purchase order. The packing shall be sufficient to withstand, without limitation, rough
handling during transit and exposure to extreme temperatures, salt and precipitation
during transit and open storage. Packing case size and weights shall take into
Consideration where appropriate, the remoteness of the Goods‟ final destination and the
absence of heavy handling facilities at all points in transit.
7.2 The packing, making and documentation within and outside the packages shall comply
strictly with such special requirements as shall be provided for in the Contract.
8. Delivery and Documentation
Upon delivery of the Goods, the supplier shall notify the Purchaser and the insurance
company by fax the full details of the shipment including purchase order number,
description of goods, quantity, name of the consignee etc. The supplier shall mail the
following documents to the Purchaser: -
(a) 3 copies of the supplier‟s invoice showing goods description, quantity, unit price,
total amount;
(b) Delivery challans duly signed & stamped by the consignee i.e. by the
representatives of project sites.
(c) Manufacturers/Supplier‟s warranty certificate;
(d) Goods inspection report.
9. Insurance
For delivery of goods at site, the insurance shall be obtained by the supplier at their cost
of the amount equal to 110% of the value of the goods from warehouse of the supplier to
the final destinations of installation defined as project site on “All Risks” basis including
war risks and strikes. It will be the sole responsibility of the supplier to file the claim, if
any, with the Insurance Company immediately after delivery of goods at project sites.
10. Transportation
The Supplier is required under the Contract to transport the Goods to the specified
destinations within U.P/other location, as required, defined as Project sites.
11. Incidental Services
The following services shall be furnished and the cost shall be included in the contract
rates:
a. On-site delivery & satisfactory installation of all the items as per purchase order;
b. Furnishing all the manuals as per purchase order to the project sites; and
c. Maintenance and repair of the equipment at each location during the
comprehensive warranty period including the cost of all spares.
12. Spare Parts
Supplier shall carry sufficient inventories to assure ex-stock availability of spares.
Supplier shall ensure the availability of all spare parts for after sale service support for a
period of at least five years including the onsite comprehensive warranty period of the
items.
13. Warranty
13.1 The Supplier warrants that the Goods supplied under this Contract are new, unused, of
the most recent or current models and those they incorporate all recent improvements in
design and materials unless provided otherwise in the Contract. The Supplier further
warrants that all Goods supplied under this Contract shall have no defect arising from
design materials or workmanship or from any act or omission of the Supplier that may
develop under normal use of the supplied Goods in the conditions prevailing in the
country of final destination.
13.2 The warranty shall be comprehensive for all the equipment, parts and components
(excluding consumable items). The warranty period are given in column 3 of technical
specification. The period of warranty shall be considered from the date of installation
and acceptance of goods or 3 months more than warranty period from the date of
delivery at project sites, whichever occurs earlier for all the items. The supplier shall in
addition comply with the performance guarantees specified under the contract. If for
reasons attributable to the supplier, these guarantees are not attained in whole or in part,
the Supplier shall, make such changes, modifications and or additions to the Goods or
any part thereof as may be necessary in order to attain the contractual guarantees
specified in the Contract at its own cost and expense and to carry out further
performance tests in accordance with CC6.
13.3 The Purchaser shall promptly notify the Supplier in writing of any claims arising under
this warranty.
13.4 During warranty period, the defective item or component shall be replaced or repaired
whatever required, by the supplier or the service centre authorised by the supplier, to the
satisfaction of the user departments.
12.8 Period for correction of defects in the warranty period is 48 hrs.
13.6 The supplier shall guarantee a 99% uptime of of Computer hardware and all other
items.
13.7 If any items give continuous trouble say two times in one month during the warranty
period, the supplier shall replace those items with new one without any additional cost to
Purchaser.
13.8 The Supplier must have at least eight service support centre in different Revenue
Divisions of U.P, for whom the items are being procured. Service centre at Lucknow is
essential. The supplier shall be bound and undertake to open their service centres/their
service providers within all those revenue divisions/or adjacent revenue divisions for
whom Computer hardware are being procured within two months from the date of
signing the contract and issue of purchase order. If at any stage, it is found that the
service centres/service providers have not been opened or non-functional or have been
closed down, then the e-Bid security/performance bank guarantee shall be forfeited by
the Purchaser.
13.9 Maintenance service
8.1 The maximum response time for rectification of complaint from any of the
destinations specified in clause 13.9.3 below (i.e. time required from supplier‟s
maintenance engineer to report at the installation site after a request call/fax is made or
letter is written) shall not exceed 24 hours.
8.2 It is expected that the average downtime of the item will be less than half the maximum
downtime (i.e. 48 hours for which an item or equipment is not usable because of
inability of the supplier to repair it). In case an item is not usable beyond the stipulated
maximum downtime the supplier will be required to arrange for immediate replacement
of the same till it is repaired. Failure to arrange for the immediate repair/replacement
with in 24 hours after registering complaint, will be liable for a penalty of ` 100.00
(Rupees One hundred only) per day after 24 hours. The total amount of penalty
recovered from supplier during full warranty period will be limited to the worth value of
the performance security guarantee. The amount of penalty will be recovered forfeiting
the Performance Security guarantee during warranty period.
8.3 Details of the supplier‟s service centers/service providers are given below;
(i) ……………….
(ii) ……………….
(iii) ……………….
14. Payment
Payment for Goods and Services shall be made in Indian Rupees as follows:
(i) On Delivery: - Ninety percent (90%) of the total price of all the goods given in the
purchase order shall be paid by the Purchaser on back-to-back arrangement upon
receipt of payment from the user department to the supplier, on receipt of all the
inspected & tested goods at project sites and upon submission of the documents
specified in Clause 8.
(ii) On Installation: - The remaining ten percent (10%) amount of the order value of
the goods received shall be paid to the supplier as promptly as possible after
successful installation of all the items and submission of all installation reports duly
signed & stamped by the representatives of all the project sites, on back-to-back
arrangement upon receipt of payment from the user department. The TDS as
applicable will be deducted from this payment on the value of installation and
warranty service charges quoted by the supplier in their e-Bid. Any other
dues/outstanding shall also be recovered from this payment.
(iii) Most of the departments for which UPLC is asking bids in this tender have not
provided cost of equipment in advance to UPLC. They have informed that they
will provide the money only after successful delivery and installation of the ordered
items, hence UPLC shall pay the amount against delivery and installation of the
ordered items, to successful bidders only after same is received by UPLC from the
concerned department.
15. Prices
15.1 Prices payable to the Supplier as stated in the Contract shall remain fixed during the
performance of the contract. However, in the event of any increase/decrease in
Government taxes/duties as applicable at the time of delivery, the prices shall be
adjusted at the time of payment on submission of their proof by the supplier to the
Purchaser. In case during the period of the supply, the equipment of the same
specifications are being supplied in other departments on the lower rate (within a
previous period of six months) by the supplier, the supplier will have to supply those
equipment with matching price. In case at the time of delivery of the equipment, higher
specification equipment on the same price as quoted/approved in the e-Bid by the
supplier are being supplied to other department (s), the supplier will have to supply the
higher specification equipment on the quoted/approved rates.
16. Change Orders
16.1 The Purchaser may at any time, by written order given to the Supplier make changes
within the general scope of the Contract in any one or more of the following:
(a) Technical specifications where Goods to be furnished under the Contract are to
be specifically manufactured for the Purchaser;
(b) the method of shipping or packing;
(c) the place of delivery; and/or
(d) the Service to be provided by the Supplier.
16.2 If any such change causes an increase or decrease in the cost of, or the time required for,
the Supplier‟s performance of any provisions under the Contract, an equitable
adjustment shall be made in the Contract Price or delivery schedule, or both, and the
Contract shall accordingly be amended. Any claims by the Supplier for adjustment
under this clause must be asserted within seven (7) days from the date of the Supplier‟s
receipt of the Purchaser‟s change order.
17. Contract Amendments
17.1 Subject to condition of contract clause 16 of the Contract, no variation in or modification
of the terms of the contract shall be made except by written amendment signed by the
parties.
18. Assignment
The Supplier shall not assign, in whole or in parts its obligations to perform under the
Contract to any other firm except with the Purchaser‟s prior written consent.
19. Delivery of the Goods and Delay in the Supplier’s Performance
19.1 The inspection and test of the Computer hardware items shall be carried out by the
Purchaser prior to its dispatch by the Supplier at final destination and for this purpose;
the Supplier shall intimate to the Purchaser that the Computer hardware and other items
are ready for inspection and test. After receipt of such intimation from the Supplier, the
Purchaser will arrange the inspection and test of the Computer hardware items at the
premise of Supplier. After the Computer hardware items pass the test, the items which
are inspected and accepted during acceptance testing by the Purchaser shall be packed
by the supplier and the representative of Purchaser will put a unique number, their seal
and signature on each of the packet. The Supplier shall deliver the sealed unbroken
packets to the project sites and install the systems and all other items at the respective
sites within the time schedule given in the Schedule of Requirements.
19.2 If at any time during performance of the Contract the Supplier should encounter
conditions impeding timely delivery of the Goods and performance of Services, the
Supplier shall promptly notify the Purchaser in writing of the fact of the delay, its likely
duration and its cause(s). As soon as practicable after receipt of the Supplier‟s notice, the
Purchaser shall evaluate the situation and may, at its discretion, extend the Supplier‟s
time for performance with or without liquidated damages, in which case the extension
shall be ratified by the parties by amendment of the Purchase order.
18.3 Except as provided under conditions of contract clause 22 of the Contract, a delay by the
Supplier in the performance of its delivery obligations shall render the Supplier liable to
the imposition of liquidated damages pursuant to conditions of Contract unless an
extension of time is agreed upon pursuant to conditions of Contract without the
application of liquidated damages.
20. Liquidated Damages
20.1 Subject to conditions of Contract if the Supplier fails to deliver or install any or all of the
Goods or to perform the Services within the period (s) specified in the Contract, the
Purchaser shall, without prejudice to its other remedies under the Contract, deduct from
the Contract price, as liquidated damages, a sum equivalent to 0.5% of the delivered
price of the delayed Goods or unperformed Services for each week or part thereof delay
until actual delivery or installation or performance, up to a maximum deduction of 10%.
Once the maximum penalty is reached, the Purchaser may consider termination of the
Contract/purchase order pursuant to conditions of Contract Clause 21 of the Contract.
21. Termination for Default
21.1 The Purchaser may, without prejudice to any other remedy for breach of contract, by
written notice of default sent to the Supplier, terminate the Contract in whole or part:
(a) if the Supplier fails to deliver any or all of the Goods within the period(s) specified
in the Contract/Purchase Order, or within any extension thereof granted by the
Purchaser pursuant to clause no. 19.2 above or
(b) if the Supplier fails to perform any other obligation(s) under the Contract or
Purchase Order.
21.2 In the event the Purchaser terminates the Contract in whole or in part, pursuant to the
conditions of contract clause no. 21.1 above, Purchaser may procure, upon such terms
and in such manner as it deems appropriate. Goods or Services similar to those
undelivered, and the Supplier shall be liable to the Purchaser for any excess costs for
such similar Goods or Services. However, the supplier shall continue the performance of
the Contract to the extent not terminated.
22. Force Majeure
22.1 Notwithstanding the provisions of conditions of contract clause no. 19, 20 & 21 above,
the Supplier shall not be liable for forfeiture of its performance security, liquidated
damages or termination for default, if and to the extent that, its delay in performance or
other failure to perform its obligations under the Contract is the result of an event of
Force Majeure.
22.2 For purpose of this Clause, “Force Majeure” means an event beyond the control of the
Supplier and not involving the Supplier‟s fault or negligence and not foreseeable. Such
events may include, but are not limited to, acts of the Purchaser either in its sovereign or
contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions
and freight embargoes. If a Force Majeure situation arises the Supplier shall promptly
notify the Purchaser in writing of such conditions and the cause thereof. Unless
otherwise directed by the Purchaser in writing, the Supplier shall continue to perform its
obligations under the Contract as far as is reasonably practical, and shall seek all
reasonable alternative means for performance not prevented by the Force Majeure event.
23. Termination for Insolvency
23.1 The Purchaser may at any time terminate the Contract by giving written notice to the
Supplier, if the Supplier becomes bankrupt or otherwise insolvent. In this event
termination, will be without compensation to the Supplier, provided that such
termination will not prejudice or affect any right of action or remedy which has accrued
or will accrue thereafter to the Purchaser.
24. Termination for Convenience
24.1 The Purchaser, by written notice sent to the Supplier may terminate the Contract, in
whole or in part, at any time for its convenience. The notice of termination shall specify
that termination is for the Purchaser‟s convenience, the extent to which performance of
the Supplier under the Contract is terminated, and the date upon which such termination
becomes effective.
24.2 The Goods that are complete and ready for shipment at the time of Supplier‟s receipt of
notice of termination shall be accepted by the Purchaser at the Contract terms and prices.
For the remaining Goods, the Purchaser may elect:
(a) to have any portion completed and delivered at the Contract terms and prices;
and/or
(b) to cancel the remainder and pay to the Supplier an agreed amount for partially
Completed Goods.
25. Settlement of Disputes
25.1 If any dispute or difference of any kind whatsoever shall arise between the Purchaser
and the Supplier in connection with or arising out of the Contract the parties shall make
every effort to resolve amicably such dispute or difference by mutual consultation.
25.2 If, the parties have failed to resolve their dispute or difference by such mutual
consultation within 30 (thirty) days, then aggrieved party may give notice to other party
of its intention to commence arbitration, as hereinafter provided, as to the matter in
dispute, and no arbitration in respect of this matter may be commenced unless such
notice is given.
25.3 Any dispute or difference in respect of which a notice of intention to commence
arbitration has been given in accordance with this Clause shall be finally settled by
arbitration. Arbitration may be commenced prior to or after delivery of the Goods under
the Contract.
25.4
25.4.1 In case of dispute or difference arising between the Purchaser and a domestic
supplier relating to any matter arising out of or connected with this agreement,
such dispute or difference shall be referred to Sole Arbitrator, the Principal
Secretary/Secretary, IT & Electronics Department, Govt. of U.P. or his nominee,
to decide the dispute both in case of foreign supply as well as Indian supply. The
provision of Arbitration and Conciliation Act, 1996 shall apply.
25.4.2 Arbitration proceedings shall be held at Lucknow, India, and the language of the
arbitration proceedings and that of all documents and communications between
the parties shall be in English or Hindi.
25.4.3 The decision of the Sole Arbitrator or his nominee shall be final and binding
upon both parties. The cost and expenses of arbitration proceedings will be paid
as determined by the Arbitrator. However, the expenses incurred by each party in
connection with the preparation, presentation etc. of its proceedings shall be
borne by each party itself.
4.5 Notwithstanding any reference to arbitration herein.
(a) the parties shall continue to perform their respective obligations under the
Contract unless they otherwise agree; and
(b) the Purchaser shall pay the Supplier any monies due to the Supplier.
26. Limitation of Liability
26.1 Except in cases of criminal negligence or willful misconduct, and in the case of
Infringement pursuant to Clause 4 above.
(a) the Supplier shall not be liable to the Purchaser, whether in contract tort,
or otherwise, for any indirect or consequential loss of damage, loss of use, loss of
production, or loss of profits or interest costs, provided that this exclusion shall not
apply to any obligation of the supplier to pay liquidated damages to the Purchaser;
and
(b) The aggregate liability of the Supplier to the Purchaser, whether under the Contract,
in tort or otherwise, shall not exceed the total value of items ordered under this
Contract provided that this limitation shall not apply to the cost of repairing or
replacing defective equipment.
27. Governing Language
27.1 The Contract shall be written in English or Hindi language Subject to condition of
contract clause 28 as below, English language version of the Contract shall govern its
interpretation. All correspondence and other documents pertaining to the Contract which
are exchanged by the parties shall be written in the same language.
28. Applicable Law
The Contract shall be interpreted in accordance with the laws of the Union of India.
29. Notices
29.1 Any notice given by one party to the other pursuant to this Contract shall be sent to other
party in writing or by e-mail or by fax and confirmed in writing to the other Party‟s
address. For the purpose of all notices, the following shall be the address of the
Purchaser and Supplier
Purchaser: U.P. Electronics Corporation Ltd,
10, Ashok Marg,
Lucknow (U.P.) - 226 001
Supplier: (To be filled in at the time of Contract execution)
………………………………….
………………………………….
......................................
29.2 A notice shall be effective when delivered or on the notice‟s effective date whichever is
later.
30. Taxes and Duties
30.1 Suppliers shall be entirely responsible for all taxes, duties, license fees, octroi, road
permits etc. incurred until delivery of the contracted Goods to the Purchaser.
31. Right to use defective equipment
If after delivery, acceptance and installation and within the guarantee and warranty
period, the operation or use of the equipment proves to be unsatisfactory, the Purchaser
shall have the right to continue to operate or use such equipment until rectification of
defects, errors or omissions by repair or by partial or complete replacement is made
without interfering with the Purchaser‟s operation.
32. Supplier Integrity
The supplier is responsible for and obliged to conduct all contracted activities in
accordance with the contracts using state-of-the-art methods and economic principles
and exercising all means available to achieve the performance specified in the contract.
33. Supplier’s Obligations
The supplier is obliged to work closely with the Purchaser‟s staff, act within its own
authority and abide by directives issued by the Purchaser and implementation activities.
The supplier is abiding by the job safety measures prevalent in India and will free the
Purchaser from all demands or responsibilities arising from accidents or loss of life the
cause of which is the supplier‟s negligence. The supplier will pay all indemnities arising
from such incidents and will not hold the Purchaser responsible or obligated. The
supplier is responsible for managing the activities of its personnel and will hold itself
responsible for any misdemeanors. The supplier will treat as confidential all data and
information about the Purchaser, obtained in the execution of his responsibilities, in
strict confidence and will not reveal such information to any other party without the
prior written approval of the Purchaser.
34. Patent Right
In the event of any claim asserted by a third party of infringement of copy right, patent,
trademark or industrial design rights arising from the use of the Goods or any parts
thereof in the Purchaser‟s country, the supplier shall act expeditiously to extinguish such
claim. If the supplier fails to comply and the Purchaser is required to pay compensation
to a third party resulting from such infringement, the supplier shall be responsible for the
compensation including all expenses (court costs and lawyer fees etc). The Purchaser
will give notice to the supplier of such claim, if it is made without delay.
35. Site Preparation and Installation
In-charge of the project site is solely responsible for site preparation in compliance with
the technical and environmental specifications defined by the supplier. The In-charge of
project site will designate the installation site before the scheduled installation date to
allow the supplier to perform a site inspection to verify the appropriateness of the sites
before the installation of the Hardware and Software.
36. Hardware and Software Installation
The Supplier is responsible for all unpacking, assemblies, installations of all hardware
and software, cabling between hardware units and connecting to power supplies. The
supplier will test all hardware and software operations and accomplish all adjustments
necessary for successful and continuous operation of the hardware and software at all
installation sites.
37. Hardware and software Maintenance
The supplier will accomplish preventive and breakdown maintenance activities to ensure
that all Hardware execute without defect or interruption for at least 98% up time for 24
hours a day, 7 days of the week of operation of the machine worked on a quarterly basis.
If any critical component of the entire configuration is out of service for more than three
days, the supplier shall either immediately replace the defective unit at its own cost. The
supplier will respond to a site visit and commence repair work on the equipment within
24 hours of being notified of equipment malfunction.
38. Technical Documentation
The Technical Documentation involving detailed instruction for operation is to be
delivered with every unit of the equipment supplied if mentioned in the purchase order.
The language of the documentation shall be English or Hindi.
39. Transfer of the Rights of the Purchaser
All the items are purchased by the Purchaser on behalf of various offices/ institutions of
Government of Uttar Pradesh for whom equipment/materials are being procured. Till
successful installation and commissioning of all the items, the purchaser will be
responsible for monitoring of the observance of the clauses under this contract. After
successful installation & commissioning of all the items, all the rights, duties and
obligations of the Purchaser under this contract, shall be exercised by the various
offices/ institutions of Government of Uttar Pradesh.
SECTION IV : TECHNICAL E-BID
III(A) e-Bid FORM
III(B) SCHEDULE OF REQUIREMENTS
III(C) TECHNICAL SPECIFICATIONS
III(D) QUALIFICATION REQUIREMENTS
III(E) BID SECURITY FORM
III(F) CONTRACT FORM
III(G) PERFORMANCE STATEMENT
III(H) SERVICE SUPPORT DETAILS
III(I) CAPABILITY STATEMENT
III(J) PERFORMANCE SECURITY FORM
SECTION III (A) : e-Bid FORM
Date : ………………………….. IFB No.:…………………….......
To :
The Managing Director, U.P. Electronics Corporation Ltd., 10, Ashok Marg, Lucknow (U.P.) - 226 001
Dear Sir:
Having examined the e-Bid Documents, we, the undersigned, offer to supply and deliver …………………… (Description of Goods and Services) in conformity with the said e-Bid Documents and hereby undertake that we accept all the Conditions of the Contract (Section II) of the e-Bid Document and will supply the Computer hardware, its installation and warranty maintenance of Computer hardware related items/materials as per the Technical Specifications (Section III(C)) of the e-Bid documents for various Govt. Departments. We further undertake that we fulfill the Qualification Requirements (Section III(D)) and for this purpose we enclose the details. In addition to this, the particulars of our organization such as legal status, details of experience and past performance, service support details, capability statement and the required e-Bid security/EMD.
We further undertake, if our e-Bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements (Section III (B)).
If our e-Bid is accepted, we will obtain the performance guarantee of a bank in the form prescribed by the Purchaser for a sum equivalent to 10% of the Contract Price for the due performance of the Contract
We agree to abide by this e-Bid for the e-Bid validity period specified in Clause 13.1 of the ITB and it shall remain binding upon us and may be accepted at any time before the expiration of that period.
Until a formal contract is prepared and executed, this e-Bid, together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us. All the terms and conditions of the e-tender Document are acceptable to us.
We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1998”.
We understand that you are not bound to accept the lowest or any e-Bid you may receive.
Dated this ……….. day of …………… 20…..
________________________ ____________________________________
(Signature) (in the capacity of)
Duly authorized to sign e-Bid for and on behalf of ___________________________
SECTION III (B) : SCHEDULE OF REQUIREMENTS
Item Code Brief
Description Destination Delivery Schedule
e-Bid
Security
As per the details given in the
SECTION III (C)
TECHNICAL
SPECIFICATIONS
KHWAJA
MOINUDDIN
CHISHTI, URDU,
ARABI-FARSI
UNIVERSITY,
LUCKNOW IN
UTTAR
PRADESH
All the items shall be
delivered/ installation
within 4 to 8 weeks from
the date of issue of the
purchase order. The pre-
dispatch inspection of the
items shall be done by the
Purchaser before delivery
at final destination,
NA
SECTION III (C) TECHNICAL SPECIFICATIONS
FOR
LANGUAGE COMPUTER LAB AT KHWAJA MOINUDDIN CHISHTI, URDU, ARABI-FARSI UNIVERSITY, LUCKNOW IN UTTAR PRADESH
Sl.
No. Item Description Qty Make &
Model Compliance (Yes/No) Deviation (Specify)
Make & Model
Schedule-A
1.1 Language Lab with Urdu Language Content (30+1) Smart Class Digital Language lab Urdu Language Learning Content
1
1.2
Desktop (Student Station +Keyboard + Mouse + Windows Operation system + Headphone) Business Class / Commercial PC only, Intel® Core™ i5-8400 with Intel® UHD Graphics 630 (2.8 GHz base frequency, up to 4 GHz with Intel® Turbo Boost, Technology, 9 MB cache, 6 cores), Chipset – H370 or higher, Operating System (Pre-Loaded) – WINDOWS 10, Hard Disk -1000 GB HDD 7200 RPM, RAM – 4 GB, DDR4 RAM Speed 2400 expendable with 32 GB, 2 DIMM Slots, Internal Bays -1, External Bays-1, Optical Drive - DVD WRITER, Network Connectivity - 10/100/1000 on board Integrated Gigabit Port, Expansion Slots (PCI) -1, Expansion Slots (PCIe x1) -1. Expansion Slots (PCIex 16)-1, USB Ports 2.0 – 4 USB, Port 3.0- 4, Serial Port - optional, VGA -Yes, HDMI-Yes, Monitor Size -19.5 inch IPS Panel or higher with TCO 7.0,Standard Keyboard, Mouse, Internal, Speaker, Power Supply 310 Watts or higher with power efficiency of 85% , 3 Years Onsite warranty, Certificate & Credential- ROHS, Energy Star certificates IDC TOP 3 Brands in PC Market Segment,
30
1.3 Desktop (Teacher Station +Keyboard + Mouse + Windows Operation system) Desktop i7-7700, 8GB DDR4 RAM, Onboard Graphics, 1TB HDD, Intel chipset H110, upto 32 GB RAM, Windows 10 PRO, 18.5 inches TFT, 3 years warranty
1
2 LAN Network
2.1 48 port switch D-Link 10/100 with 1 year warranty 1
2.2 305 mt. CAT 5 Cable 1
2.3 I/o Box 32
2.4 Patch Cod (3 Mt.) 32
2.5 Cashing,caping and laying(per meter)with 1 year maintenance per Mtr. 305
3 Online UPS (20KVA) with external MFBs and Battery rack
3.1 Proposal for 20 kva Online UPS with Appx. 45 Mins backup Output power capacity 16.0 KWatts / 20.0 kVA, Max Configurable Power (Watts) 16.0 KWatts / 20.0 kVA, Nominal Output Voltage 230V,
1
3.2 UPS Batteries Exide make 65Ah, 32 no's batteries for Appx 45 mins backup, 2 years onsite warranty
32
3.3 Accessories Battery Rack, interlinks and connectors 2
4
Modular Workstation-- workstation of seats having 30 mm thick 1000 MM ht Lam/S.B. pannel based partition system height having framework made of CRCA steel Section duly powder coated and having plpb,25 mm table top size 900x600,sliding key board tray with single pencil drawer..,6 MODULE MODULAR 1-SWITCH 5A WITH 2 SOCKET 5A,1-I/O.
31
5 Workstation CHAIR Chair with arms,revolving with twin castors,ms steel base,pushback mechnisim,high density cushioned seat and back.
31
6.1
Display: IFPD 80 inches LED Technology, Diagonal 80 inches, Resolution 1920 X 1080, Contrast Ratio 15000:1, Brightness 600cd/m2, ports HDMI, USB, VGA, DP, RS232, Annotation software shall include minimum features like choose, pens, annotate, erase, color, shapes, sizes, text, Edit etc.. The software should have network classroom feature to conduct remote teaching by having interaction through all the three types of media Audio, Video and Text. Smart Eye Protection: - Eye protection in writing mode, eye protection brightness, control mode change screen brightness based on ambience of light, Child Lock Setting, HDMI x 4, USB B-Type x 4 for touch, VGA x 1( shared with HDMI 4), Audio In for VGA Port, HDMI Out x 1, Micro SD Card Slot, USB 3.0 x 2( one for PC and One for android), USB 2.0 x 2 ( One for PC and One for Android), DP Port x 1, AV x 1, Ear phone x 1, SPDIF x 1, LN Port IN x 1,for Android, LAN Port Out x 1, Wireless LAN Support with dongal, with one years warrenty .
1
6.2 Free Standing Wheel mounted, 1.6 mm CRCA Sheet, Polymer powder coated, screw less chasis, wooden top, No ports/ wire exposed while the podium is locked, 21.5 inches builtin interactive touch monitor with
1
7 Latest Antivirus for 3 Year 31
Schedule-B
1.1 Language Lab with Arabic Language Content (30+1) Smart Class Digital Language lab Arabic Language Learning Content 1
1.2
Desktop (Student Station +Keyboard + Mouse + Windows Operation system +Headphone)Business Class / Commercial PC only, Intel® Core™ i5-8400 with Intel® UHD Graphics 630 (2.8 GHz base frequency, up to 4 GHz with Intel® Turbo Boost, Technology, 9 MB cache, 6 cores), Chipset – H370 or higher, Operating System (Pre-Loaded) – WINDOWS 10, Hard Disk -1000 GB HDD 7200 RPM, RAM – 4 GB, DDR4 RAM 30
Speed 2400 expendable with 32 GB, 2 DIMM Slots, Internal Bays -1, External Bays-1, Optical Drive - DVD WRITER, Network Connectivity - 10/100/1000 on board Integrated Gigabit Port, Expansion Slots (PCI) -1, Expansion Slots (PCIe x1) -1. Expansion Slots (PCIex 16)-1, USB Ports 2.0 – 4 USB, Port 3.0- 4, Serial Port - optional, VGA -Yes, HDMI-Yes, Monitor Size -19.5 inch IPS Panel or higher with TCO 7.0,Standard Keyboard, Mouse, Internal, Speaker, Power Supply 310 Watts or higher with power efficiency of 85% , 3 Years Onsite warranty, Certificate & Credential- ROHS, Energy Star certificates IDC TOP 3 Brands in PC Market Segment,
1.3 Desktop (Teacher Station +Keyboard + Mouse + Windows Operation system + Headphone) Desktop i7-7700, 8GB DDR4 RAM, Onboard Graphics, 1TB HDD, Intel chipset H110, upto 32 GB RAM, Windows 10 PRO, 18.5 inches TFT, 3 years warranty 1
2 LAN Network
2.1 48 port switch D-Link 10/100 with 1 year warranty 1
2.2 305 mt. CAT 5 Cable 1
2.3 I/o Box 32
2.4 Patch Cod (3 Mt.) 32
2.5 Cashing,caping and laying(per meter)with 1 year maintenance per Mtr. 305
3 Online UPS (20KVA) with external MFBs and Battery rack
3.1 Proposal for 20 kva Online UPS with Appx. 45 Mins backup Output power capacity 16.0 KWatts / 20.0 kVA, Max Configurable Power (Watts) 16.0 KWatts / 20.0 kVA, Nominal Output Voltage 230V, 1
3.2 UPS Batteries Exide make 65Ah, 32 no's batteries for Appx 45 mins backup, 2 years onsite warranty\ 32
3.3 Accessories Battery Rack, interlinks and connectors 2
4
Modular Workstation-- workstation of seats having 30 mm thick 1000 MM ht Lam/S.B. pannel based partition system height having framework made of CRCA steel Section duly powder coated and having plpb,25 mm table top size 900x600,sliding key board tray with single pencil drawer..,6 MODULE MODULAR 1-SWITCH 5A WITH 2 SOCKET 5A,1-I/O. 31
5 Workstation CHAIR Chair with arms,revolving with twin castors,ms steel base,pushback mechnisim,high density cushioned seat and back. 31
6.1
Display : IFPD 80 inches LED Technology, Diagonal 80 inches, Resolution 1920 X 1080, Contrast Ratio 15000:1, Brightness 600cd/m2, ports HDMI, USB, VGA, DP, RS232, Annotation software shall include minimum features like choose, pens, annotate, erase, color, shapes, sizes, text, Edit etc.. The software should have network classroom feature to conduct remote teaching by having interaction through all the three types of media Audio, Video and Text. Smart Eye Protection: - Eye protection in writing mode, eye protection brightness, control mode change screen brightness based on ambience of light, Child Lock Setting, HDMI x 4, USB B-Type x 4 for touch, VGA x 1( shared with HDMI 4), Audio In for VGA Port, HDMI Out x 1, Micro SD Card Slot, USB 3.0 x 2( one for PC and One for android), USB 2.0 x 2 ( One for PC and One for Android), DP Port x 1, AV x 1, Ear phone x 1, SPDIF x 1, LN Port IN x 1,for Android, LAN Port Out x 1, Wireless LAN Support with dongal, with one years warrenty . 1
6.2 Free Standing Wheel mounted, 1.6 mm CRCA Sheet, Polymer powder coated, screw less chasis, wooden top, No ports/ wire exposed while the podium is locked, 21.5 inches builtin interactive touch monitor with 1
7 Latest Antivirus for 3 Year 31
Schedule-C
1.1 Language Lab with Persian Language Content (15+1) Smart Class Digital Language lab Persian Language Learning Content
1
1.2
Desktop (Student Station +Keyboard + Mouse + Windows Operation system +Headphone)Business Class / Commercial PC only, Intel® Core™ i5-8400 with Intel® UHD Graphics 630 (2.8 GHz base frequency, up to 4 GHz with Intel® Turbo Boost, Technology, 9 MB cache, 6 cores), Chipset – H370 or higher, Operating System (Pre-Loaded) – WINDOWS 10, Hard Disk -1000 GB HDD 7200 RPM, RAM – 4 GB, DDR4 RAM Speed 2400 expendable with 32 GB, 2 DIMM Slots, Internal Bays -1, External Bays-1, Optical Drive - DVD WRITER, Network Connectivity - 10/100/1000 on board Integrated Gigabit Port, Expansion Slots (PCI) -1, Expansion Slots (PCIe x1) -1. Expansion Slots (PCIex 16)-1, USB Ports 2.0 – 4 USB, Port 3.0- 4, Serial Port - optional, VGA -Yes, HDMI-Yes, Monitor Size -19.5 inch IPS Panel or higher with TCO 7.0,Standard Keyboard, Mouse, Internal, Speaker, Power Supply 310 Watts or higher with power efficiency of 85% , 3 Years Onsite warranty, Certificate & Credential- ROHS, Energy Star certificates IDC TOP 3 Brands in PC Market Segment,
15
1.3 Desktop (Teacher Station +Keyboard + Mouse + Windows Operation system + Headphone) Desktop i7-7700, 8GB DDR4 RAM, Onboard Graphics, 1TB HDD, Intel chipset H110, upto 32 GB RAM, Windows 10 PRO, 18.5 inches TFT, 3 years warranty
1
2 LAN Network
2.1 48 port switch D-Link 10/100 with 1 year warranty 1
2.2 305 mt. CAT 5 Cable 1
2.3 I/o Box 32
2.4 Patch Cod (3 Mt.) 32
2.5 Cashing, caping and laying(per meter)with 1 year maintenance per Mtr. 305
3 Online UPS (10KVA) with external MFBs and Battery rack
3.1 Proposal for 10 kva Online UPS with Appx. 45 Mins backup Output power capacity 16.0 1
KWatts / 10.0 kVA, Max Configurable Power (Watts) 16.0 KWatts / 10.0 kVA, Nominal Output Voltage 230V,
3.2 UPS Batteries Exide make 65Ah, 32 no's batteries for Appx 45 mins backup, 2 years onsite warranty
32
3.3 Accessories Battery Rack, interlinks and connectors 2
4
Modular Workstation— workstation of seats having 30 mm thick 1000 MM ht Lam/S.B. pannel based partition system height having framework made of CRCA steel Section duly powder coated and having plpb,25 mm table top size 900x600,sliding key board tray with single pencil drawer..,6 MODULE MODULAR 1-SWITCH 5A WITH 2 SOCKET 5A,1-I/O. 16
5 Workstation CHAIR Chair with arms,revolving with twin castors,ms steel base,pushback mechnisim,high density cushioned seat and back.
16
6.1
Display : IFPD 80 inches LED Technology, Diagonal 80 inches, Resolution 1920 X 1080, Contrast Ratio 15000:1, Brightness 600cd/m2, ports HDMI, USB, VGA, DP, RS232, Annotation software shall include minimum features like choose, pens, annotate, erase, color, shapes, sizes, text, Edit etc.. The software should have network classroom feature to conduct remote teaching by having interaction through all the three types of media Audio, Video and Text. Smart Eye Protection: - Eye protection in writing mode, eye protection brightness, control mode change screen brightness based on ambience of light, Child Lock Setting, HDMI x 4, USB B-Type x 4 for touch, VGA x 1( shared with HDMI 4), Audio In for VGA Port, HDMI Out x 1, Micro SD Card Slot, USB 3.0 x 2( one for PC and One for android), USB 2.0 x 2 ( One for PC and One for Android), DP Port x 1, AV x 1, Ear phone x 1, SPDIF x 1, LN Port IN x 1,for Android, LAN Port Out x 1, Wireless LAN Support with dongal, with one years warrenty . 1
6.2 Free Standing Wheel mounted, 1.6 mm CRCA Sheet, Polymer powder coated, screw less chasis, wooden top, No ports/ wire exposed while the podium is locked, 21.5 inches builtin interactive touch monitor with 1
7 Latest Antivirus for 3 Year 16
IMPORTANT NOTICE (Applicable for all Technical Specifications) 1. In case the bid of any bidder is accepted and at later it is found that the specifications of any item do not match with
the "Technical Specifications" given in this tender document, the purchaser may ask for the product of its choice. 2. The bidder has to specify the make/model of all the quoted items. 3. The bidder may quote higher configuration available at present, but no weightage will be given. 4. The Bidders has to quote for all schedule (AB & C).
Date: Place: Signature and seal of the Bidder
SECTION III(D) : BID SECURITY FORM
Whereas _______________ (Name of the Bidder) (Hereinafter called “the Bidder”) has submitted
its bid dated _______________ (Date of Submission of bid) for the supply of ________________
(name and description of the goods)
(Hereinafter called “the Bid”)
KNOW ALL People by these presents that WE ____________ (Name of the Bank) of
______________ (name of the country), having our registered offices at ______________ (address
of Bank) (hereinafter called “the Bank”), are bound unto _______________ (name of the
Purchaser) (hereinafter called “the Purchaser”) in the sum of its successors, and assigns by these
presents. Sealed with the common seal of the said Bank this ______ Day of _______ 20___
The CONDITIONS of this obligation are :
1. if the Bidder
a. withdraws its bid during the period of bid validity specified by the Bidder on the Bid
Form; or
b. does not accept the correction of errors in accordance with the ITB; or
c. modifies its bid price during the period of bid validity specified by the bidder on the bid
form; or
2. if the Bidder, having been notified of the acceptance of its bid by the Purchaser during the
period of bid validity :
a. fails or refuses to execute the Contract Form if required; or
b. fails or refuses to furnish the performance security in accordance with the ITB;
We undertake to pay the Purchaser up to the amount upon receipt of its first written demand,
without the Purchaser having to substantiate its demand, provided that in the demand the Purchaser
will note that the amount claimed by it is due to it, owing to occurrence or one or both of the two
conditions, specifying the occurred conditions.
Seal and signature of the bidder__________________________
with Name of Authorised
Official signing the tender document
SECTION III(E) : CONTRACT FORM
This Agreement is made on ----- day of ------ in the year 2018 at Lucknow.
BETWEEN
UP Electronics Corporation Ltd., a Govt Company, registered under the Companies Act,
1956, and having its registered office at 10-Ashok Marg, Lucknow, India.” (Hereinafter referred to
as “the Purchaser”) which expression shall unless repugnant to the context or meaning thereof
include its successors, legal representatives and permitted assigns) of the ONE PART.
AND
------------------------------------(Name of Supplier Company/firm), a proprietary/
partnership firm / Public/ Private Limited company having its registered office --------------------
------- of (City & Country of Supplier) (Hereinafter called “the Supplier” which expression shall
unless repugnant to the context or meaning thereof include its successors, legal representatives and
permitted assigns) on the OTHER PART.
2 WHEREAS the Purchaser is desirous to purchase certain Computer hardware, their
delivery, installation and onsite maintenance warranty services and has accepted a bid tendered by
the Supplier for the supply of these goods and services in the sum of Rs ………… (contract price
in words and figures) (hereinafter called the "Contract Price").
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
(1.) In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the Conditions of Contract referred to in the Tender Document of UPLC
Tender No …………………….
(2.) The following documents shall be deemed to form and be read and construed as part of
this Agreement, viz.:
(a) the e-Bid Form and approved rates;
(b) the Schedule of Requirements;
(c) the Technical Specifications;
(d) the Conditions of Contract; and
(3.) In consideration of the payment to be made by the Purchaser to the Supplier as hereinafter
mentioned, the Supplier hereby covenants with the Purchaser to provide the goods and
services and to remedy defects therein in conformity in all respects with the provisions of
the Contract.
(4.) The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the
goods and services and the remedying of defects therein, the value of ordered items on the
Contract rates or such other sum as may become payable under the provisions of the Contract
at the times and in the manner prescribed by the Contract. DELIVERY & INSTALLATION SCHEDULE :
3 All the items shall be delivered and installation within 4 to 8 from the date of issue of the purchase order and installed within one month thereafter or as specified in the respective Purchase Order. The pre dispatch inspection of the items shall be done by the Purchaser before delivery at final destination. The Delivery and Installation Reports of the supplied material shall be required to be furnished to the purchaser for release of payment.
ARBITRATION
4 In case of any dispute/difference between the parties in relation to this Agreement, the
matter shall be referred for Arbitration to the person nominated by MD UPLC, who will be the Sole
Arbitrator to decide the dispute/difference between the parties. The decision of Arbitrator shall be
final and binding on both the parties. The Courts will have exclusive Jurisdiction at Lucknow.
5 In WITNESS whereof the parties hereto caused this Agreement to be executed in
accordance with their respective laws and signed on their respective behalf by their duly authorized
officials at the place and on the date first herein above-written.
On behalf of Purchaser On behalf of Supplier
1. ------------------------------ 1. --------------------
---------------- (Name of Authorised person, designation) (Name of Authorized person, designation) Signed,
sealed and delivered by the said) Signed, sealed and delivered by the said)
---------------------------- ------------------------
---------------------------- ------------------------
---------------------------- ------------------------
2. ---------------------------------- 2. -----------------------------------
---------------------------- ------------------------
---------------------------- ------------------------
---------------------------- ------------------------
in the presence of
1. ------------------------------------- 1. ---------------------------------- ---------------------------- ----------------------------
---------------------------- ----------------------------
---------------------------- ----------------------------
SECTION III(F) : PERFORMANCE STATEMENT FORM
Proforma for Performance Statement (for a period of last three financial years)
Name of Company/Firm………………………………………….
Order
placed by
(Full
address of
Purchaser)
Order
No &
Date
Desc
ripti
on
&
Quanti
ty o
f
ord
ere
d
eq
uip
ment
Value
of
Order
( )
Date of
Completion of
Delivery
Remarks
indicating
reasons
for late
delivery,
if any
Has the
ordered
equipment
been
satisfactorily
installed &
function-in?
As per
Contract
Actual
1 2 3 4 5 6 7 8
Signature and Seal of the E-Bidder
With name of the authorized person
SECTION III(G) : SERVICE SUPPORT DETAILS
Sl
No
Name &
Complete
address of
Service
Centre
(Only e-
Bidders
service
centre)
Service Centre Details
Types of
Computer
hardware
and related
serviced in
last 3 years
Name of
Head
Person &
Contact
Number
Phone/
Fax No/
address
Status of
office
working
days &
Hours
No of
HW
Engineers
No of
SW
Engineers
No of
HW
Staff
Value of
Min.
Stock
Available
at all
times
1 2 3 4 5 6 7 8 9 10
Note: The copies of Purchase deed of office building or Agreement of tenancy with receipt
of rent paid and transfer & posting orders of engineers or any proof of placement of service
engineer to the satisfaction of the Purchaser, should be enclosed as documentary evidence of
service centre.
Signature and Seal of the bidder………………………………………………….
With name of Authorized person
Signing the document.
SECTION III (H) : CAPABILITY STATEMENT (CS)
1. (a) Name and complete mailing address of the business/sales office of the bidder.
----------------------------------------------------------------
----------------------------------------------------------------
----------------------------------------------------------------
(b) Name of Authorized Official
(c) Phone:
(d) Fax:
(e) E-mail:
(f) Principal place of business
(g) Website of Bidder‟s Firm
2. Strength of business/sales office of bidder:
(i) No. of Marketing personnel:
(ii) No. of Technical personnel:
(iv) No. of Service Engineers
(v) No. of Supporting personnel:
3. Classification Manufacturer(OEM)/ or authorized
Dealer/Agent/Supplier
4. Complete mailing address of manufacturing plant of Computer hardware and related:
----------------------------------------------------------------
----------------------------------------------------------------
----------------------------------------------------------------
5. Type of equipment manufactured and supplied by OEM of Computer hardware and
related during the last 3 financial years:-
Year Name of
equipment
Capacity/Size Nos.
Manufactured
No. of Computer
hardware and
related supplied
in India
6. Type of equipment supplied during the last 3 financial years other than those covered under
above :
Year Name of
equipment
Capacity/Model Name of
manufacturer and
country of origin
Total No. of
Computer
hardware and
related installed
in India
7. Turnover of the bidder's company in last three financial years:
(Please fill the figures. Do not quote "As per enclosures")
Financial year
Turn Over ` in crores
Profit ` in crores
(after taxation)
Remarks
2014-15
2015-16
2016-17
8. Validity date of ISO Certifications of OEMs/Dealers/Agent/Supplier, if any
9. The e-Bidder should clearly confirm that all the facilities exist in his office/factory
for inspection and testing of all the Computer hardware and related items quoted in
the e-Bid and these will be made available to the Purchaser or his representative for
inspection. Also provide details of methodology, testing equipment & diagnostic
tools available for testing of all the technical specifications of the offered items and
their proper functioning.
-------------------------------------------------------------------------------------------
-------------------------------------------------------------------------------------------
10. Details of Manpower available at the factory/ plant:
1. Quality assurance
2. Production
3. Marketing
4. Service
5. Spare Parts
6. Administrative
11. Names of three buyers to whom similar equipments were supplied in the last three
financial years and to whom reference may be made by the Purchaser regarding the
bidder's performance for timely completion of delivery, installation and after sales
service support:
A. (i) Complete address of the buyer:
……………………………………………….
(ii) Name & designation of contact person
……………………………………….
(iii) Mobile/Phone/Fax No./E-mail
address:………………………………………..
B. Complete address of the buyer:
……………………………………………….
(ii) Name & designation of contact person
……………………………………….
(iii) Mobile/Phone/Fax No./E-mail
address:………………………………………..
C. Complete address of the buyer:
……………………………………………….
(ii) Name & designation of contact person
……………………………………….
(iii) Mobile/Phone/Fax No./E-mail
address:………………………………………..
12. (a) Whether the e-Bidder has a manufacturing unit in the state of Uttar Pradesh
(Yes/No)
(b) If yes, the manufacturing unit falls into which type of industry unit
(Small/Medium/Large Scale) as per govt. norms.
(c) If yes, name of items alongwith item code of e-tendered items which have been
manufactured by your firm and quoted in this e-tender.
13. Details of Service Centers of the e-Bidder in Uttar Pradesh only:
Sl.
No.
Address of Service Centre Name and
Contact No of
Service
Engineer
Details of supporting
documents submitted for
proof of Service Centre
1
2
3
4
5
Seal and signature of the bidder__________________________
with Name of Authorized
Official signing the agreement.
SECTION III (I) : PERFORMANCE SECURITY FORM
Ref: Date: Bank Guarantee No:
To : U.P. Electronics Corporation Ltd
10, Ashok Marg,
Lucknow 226001
WHEREAS ………………………………………(Name & address of Supplier) hereinafter called “the Supplier” having been placed the Purchase Order No ……………dated ………… by U.P. Electronics Corporation Limited, 10-Ashok Marg, Lucknow (hereinafter called "the customer") for the supply of (Description of Goods and Services) and having been made full payment against the same to the Supplier, we …………………………(Name & address of branch office as well as Head Office of the Bank) (hereinafter referred to as "the Bank) do hereby affirm that we are Guarantors and responsible on behalf of the Supplier and undertake as under:-
i. To indemnify and keep indemnified the customer to the sum of Rs ………………/- (Rupees ……………………) only for the losses and damages that may be caused to or suffered by the customer in the event of continuous and consistent non-performance of the (Equipment and materials to be mentioned exactly as mentioned in the Purchase Order/Work Order) supplied by the supplier against above referred Purchase Order issued by the customer.
ii. The guarantee herein contained shall remain in full force and effect till the expiry of
warranty period i.e. up to ……………………….. for the material supplied by the supplier. iii. The Guarantee shall not in any way be affected by the change in the constitution of the
supplier or us nor shall be affected by the change in the constitution, amalgamation, absorption or reconstruction of the customer or otherwise, but shall ensure for and be available to and enforceable by the absorbing, amalgamation or reconstructed company of the Customer.
Notwithstanding anything contained hereinbefore:
1. Our liability under this Bank Guarantee shall not exceed Rs ………………/- (Rupees ……………………)
2. This Bank Guarantee shall be valid up to ………………..
3. We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee
only, and only if you serve upon us a written claim or demand on or before …………………. upon your first written demand declaring the Supplier to be in default under the Contract and without cavil or argument any sums within the limit of ------------------ only as aforesaid, without your needing to prove or to show grounds or reasons for your reasons for your demand or the sum specified therein.
Signature and Seal of Guarantors Bank
……………………………….
……………………………….
Date…………………2018……………………
………….
SECTION IV (A) : e-Bid FORM
Date : …..……………… IFB No. …………………
TO : (Name and address of Purchaser)
Dear Sir :
Having examined the e-Bid Documents, we, the undersigned, offer to supply and deliver …………………… (Description of Goods and Services) inconformity with the said e-Bid Documents for the rates as may be ascertained in accordance with the Schedule of rates attached herewith and made part of this e-Bid, and hereby undertake that we accept all terms and the conditions of the contract (section II) of the e-Bid Document and will supply the Computer hardware items as per the Technical Specifications (Section III(C)) of the e-Bid documents. We further undertake that we fulfill the qualification requirement (Section III(D))and for this purpose we enclose the details. In addition to this, the particulars of our organization such as legal status, principal place of business, details of experience and past performance, service support details, capability statement and the required e-Bid security in the form of Online through e-Tender portal, pledged in favour of U.P. Electronics Corporation Ltd., Lucknow are furnished with this e-Bid form.
We further undertake, if our e-Bid is accepted, for supply, installation and comprehensive maintenance of equipment, to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements (section III (B)).
If our e-Bid is accepted, we will obtain the performance guarantee of a bank in the form prescribed by the Purchaser for a sum equivalent to 10% of the Contract Price.
We agree to abide by this e-Bid for the e-Bid validity period specified in Clause 13.1 of the ITB and it shall remain binding upon us and may be accepted at any time before the expiration of that period.
Until a formal contract is prepared and executed, this e-Bid, together with your written acceptance thereof and your notification of award, shall constitute a binding Contract between us.
We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1998”.
We understand that you are not bound to accept the lowest or any e-Bid you may receive.
Dated this ……….. day of …………… 20…..
--------------------- ------------------------------------
(Signature & Name of Official) (in the capacity of)
Duly authorized to sign e-Bid for and on behalf of
SECTION IV (B): PRICE SCHEDULE
Note: Evaluation for bids shall be done on total bid price (Excluding GST). Sl.
No. Item Description Qty Unit
Price
Amount
(C*D)
GST
Value (on
E)
Total
Price
(E+F)
A B C D E D G
Schedule-A
1.1 Language Lab with Urdu Language Content (30+1) Smart Class Digital Language lab Urdu Language Learning Content
1
1.2
Desktop (Student Station +Keyboard + Mouse + Windows Operation system + Headphone) Business Class / Commercial PC only, Intel® Core™ i5-8400 with Intel® UHD Graphics 630 (2.8 GHz base frequency, up to 4 GHz with Intel® Turbo Boost, Technology, 9 MB cache, 6 cores), Chipset – H370 or higher, Operating System (Pre-Loaded) – WINDOWS 10, Hard Disk -1000 GB HDD 7200 RPM, RAM – 4 GB, DDR4 RAM Speed 2400 expendable with 32 GB, 2 DIMM Slots, Internal Bays -1, External Bays-1, Optical Drive - DVD WRITER, Network Connectivity - 10/100/1000 on board Integrated Gigabit Port, Expansion Slots (PCI) -1, Expansion Slots (PCIe x1) -1. Expansion Slots (PCIex 16)-1, USB Ports 2.0 – 4 USB, Port 3.0- 4, Serial Port - optional, VGA -Yes, HDMI-Yes, Monitor Size -19.5 inch IPS Panel or higher with TCO 7.0,Standard Keyboard, Mouse, Internal, Speaker, Power Supply 310 Watts or higher with power efficiency of 85% , 3 Years Onsite warranty, Certificate & Credential- ROHS, Energy Star certificates IDC TOP 3 Brands in PC Market Segment,
30
1.3 Desktop (Teacher Station +Keyboard + Mouse + Windows Operation system) Desktop i7-7700, 8GB DDR4 RAM, Onboard Graphics, 1TB HDD, Intel chipset H110, upto 32 GB RAM, Windows 10 PRO, 18.5 inches TFT, 3 years warranty
1
2 LAN Network
2.1 48 port switch D-Link 10/100 with 1 year warranty 1
2.2 305 mt. CAT 5 Cable 1
2.3 I/o Box 32
2.4 Patch Cod (3 Mt.) 32
2.5 Cashing,caping and laying(per meter)with 1 year maintenance per Mtr. 305
3 Online UPS (20KVA) with external MFBs and Battery rack
3.1 Proposal for 20 kva Online UPS with Appx. 45 Mins backup Output power capacity 16.0 KWatts / 20.0 kVA, Max Configurable Power (Watts) 16.0 KWatts / 20.0 kVA, Nominal Output Voltage 230V,
1
3.2 UPS Batteries Exide make 65Ah, 32 no's batteries for Appx 45 mins backup, 2 years onsite warranty
32
3.3 Accessories Battery Rack, interlinks and connectors 2
4
Modular Workstation-- workstation of seats having 30 mm thick 1000 MM ht Lam/S.B. pannel based partition system height having framework made of CRCA steel Section duly powder coated and having plpb,25 mm table top size 900x600,sliding key board tray with single pencil drawer..,6 MODULE MODULAR 1-SWITCH 5A WITH 2 SOCKET 5A,1-I/O.
31
5 Workstation CHAIR Chair with arms,revolving with twin castors,ms steel base,pushback mechnisim,high density cushioned seat and back.
31
6.1
Display: IFPD 80 inches LED Technology, Diagonal 80 inches, Resolution 1920 X 1080, Contrast Ratio 15000:1, Brightness 600cd/m2, ports HDMI, USB, VGA, DP, RS232, Annotation software shall include minimum features like choose, pens, annotate, erase, color, shapes, sizes, text, Edit etc.. The software should have network classroom feature to conduct remote teaching by having interaction through all the three types of media Audio, Video and Text. Smart Eye Protection: - Eye protection in writing mode, eye protection brightness, control mode change screen brightness based on ambience of light, Child Lock Setting, HDMI x 4, USB B-Type x 4 for touch, VGA x 1( shared with HDMI 4), Audio In for VGA Port, HDMI Out x 1, Micro SD Card Slot, USB 3.0 x 2( one for PC and One for android), USB 2.0 x 2 ( One for PC and One for Android), DP Port x 1, AV x 1, Ear phone x 1, SPDIF x 1, LN Port IN x 1,for Android, LAN Port Out x 1, Wireless LAN Support with dongal, with one years warrenty .
1
6.2 Free Standing Wheel mounted, 1.6 mm CRCA Sheet, Polymer powder coated, screw less chasis, wooden top, No ports/ wire exposed while the podium is locked, 21.5 inches builtin interactive touch monitor with
1
7 Latest Antivirus for 3 Year 31
Schedule-B
1.1 Language Lab with Arabic Language Content (30+1) Smart Class Digital Language lab Arabic Language Learning Content 1
1.2
Desktop (Student Station +Keyboard + Mouse + Windows Operation system +Headphone)Business Class / Commercial PC only, Intel® Core™ i5-8400 with Intel® UHD Graphics 630 (2.8 GHz base frequency, up to 4 GHz with Intel® Turbo Boost, Technology, 9 MB cache, 6 cores), Chipset – H370 or higher,Operating 30
System (Pre-Loaded) – WINDOWS 10, Hard Disk -1000 GB HDD 7200 RPM, RAM – 4 GB, DDR4 RAM Speed 2400 expendable with 32 GB, 2 DIMM Slots, Internal Bays -1, External Bays-1, Optical Drive - DVD WRITER, Network Connectivity - 10/100/1000 on board Integrated Gigabit Port, Expansion Slots (PCI) -1, Expansion Slots (PCIe x1) -1. Expansion Slots (PCIex 16)-1, USB Ports 2.0 – 4 USB, Port 3.0- 4, Serial Port - optional, VGA -Yes, HDMI-Yes, Monitor Size -19.5 inch IPS Panel or higher with TCO 7.0,Standard Keyboard, Mouse, Internal, Speaker, Power Supply 310 Watts or higher with power efficiency of 85% , 3 Years Onsite warranty, Certificate & Credential- ROHS, Energy Star certificates IDC TOP 3 Brands in PC Market Segment,
1.3
Desktop (Teacher Station +Keyboard + Mouse + Windows Operation system + Headphone) Desktop i7-7700, 8GB DDR4 RAM, Onboard Graphics, 1TB HDD, Intel chipset H110, upto 32 GB RAM, Windows 10 PRO, 18.5 inches TFT, 3 years warranty 1
2 LAN Network
2.1 48 port switch D-Link 10/100 with 1 year warranty 1
2.2 305 mt. CAT 5 Cable 1
2.3 I/o Box 32
2.4 Patch Cod (3 Mt.) 32
2.5 Cashing,caping and laying(per meter)with 1 year maintenance per Mtr. 305
3 Online UPS (20KVA) with external MFBs and Battery rack
3.1 Proposal for 20 kva Online UPS with Appx. 45 Mins backup Output power capacity 16.0 KWatts / 20.0 kVA, Max Configurable Power (Watts) 16.0 KWatts / 20.0 kVA, Nominal Output Voltage 230V, 1
3.2 UPS Batteries Exide make 65Ah, 32 no's batteries for Appx 45 mins backup, 2 years onsite warranty\ 32
3.3 Accessories Battery Rack, interlinks and connectors 2
4
Modular Workstation-- workstation of seats having 30 mm thick 1000 MM ht Lam/S.B. pannel based partition system height having framework made of CRCA steel Section duly powder coated and having plpb,25 mm table top size 900x600,sliding key board tray with single pencil drawer..,6 MODULE MODULAR 1-SWITCH 5A WITH 2 SOCKET 5A,1-I/O. 31
5 Workstation CHAIR Chair with arms,revolving with twin castors,ms steel base,pushback mechnisim,high density cushioned seat and back. 31
6.1
Display : IFPD 80 inches LED Technology, Diagonal 80 inches, Resolution 1920 X 1080, Contrast Ratio 15000:1, Brightness 600cd/m2, ports HDMI, USB, VGA, DP, RS232, Annotation software shall include minimum features like choose, pens, annotate, erase, color, shapes, sizes, text, Edit etc.. The software should have network classroom feature to conduct remote teaching by having interaction through all the three types of media Audio, Video and Text. Smart Eye Protection: - Eye protection in writing mode, eye protection brightness, control mode change screen brightness based on ambience of light, Child Lock Setting, HDMI x 4, USB B-Type x 4 for touch, VGA x 1( shared with HDMI 4), Audio In for VGA Port, HDMI Out x 1, Micro SD Card Slot, USB 3.0 x 2( one for PC and One for android), USB 2.0 x 2 ( One for PC and One for Android), DP Port x 1, AV x 1, Ear phone x 1, SPDIF x 1, LN Port IN x 1,for Android, LAN Port Out x 1, Wireless LAN Support with dongal, with one years warrenty . 1
6.2 Free Standing Wheel mounted, 1.6 mm CRCA Sheet, Polymer powder coated, screw less chasis, wooden top, No ports/ wire exposed while the podium is locked, 21.5 inches builtin interactive touch monitor with 1
7 Latest Antivirus for 3 Year 31
Schedule-C
1.1 Language Lab with Persian Language Content (15+1) Smart Class Digital Language lab Persian Language Learning Content.
1
1.2
Desktop (Student Station +Keyboard + Mouse + Windows Operation system +Headphone)Business Class / Commercial PC only, Intel® Core™ i5-8400 with Intel® UHD Graphics 630 (2.8 GHz base frequency, up to 4 GHz with Intel® Turbo Boost, Technology, 9 MB cache, 6 cores), Chipset – H370 or higher,Operating System (Pre-Loaded) – WINDOWS 10, Hard Disk -1000 GB HDD 7200 RPM, RAM – 4 GB, DDR4 RAM Speed 2400 expendable with 32 GB, 2 DIMM Slots, Internal Bays -1, External Bays-1, Optical Drive - DVD WRITER, Network Connectivity - 10/100/1000 on board Integrated Gigabit Port, Expansion Slots (PCI) -1, Expansion Slots (PCIe x1) -1. Expansion Slots (PCIex 16)-1, USB Ports 2.0 – 4 USB, Port 3.0- 4, Serial Port - optional, VGA -Yes, HDMI-Yes, Monitor Size -19.5 inch IPS Panel or higher with TCO 7.0,Standard Keyboard, Mouse, Internal, Speaker, Power Supply 310 Watts or higher with power efficiency of 85% , 3 Years Onsite warranty, Certificate & Credential- ROHS, Energy Star certificates IDC TOP 3 Brands in PC Market Segment,
15
1.3
Desktop (Teacher Station +Keyboard + Mouse + Windows Operation system + Headphone) Desktop i7-7700, 8GB DDR4 RAM, Onboard Graphics, 1TB HDD, Intel chipset H110, upto 32 GB RAM, Windows 10 PRO, 18.5 inches TFT, 3 years warranty
1
2 LAN Network
2.1 48 port switch D-Link 10/100 with 1 year warranty 1
2.2 305 mt. CAT 5 Cable 1
2.3 I/o Box 32
2.4 Patch Cod (3 Mt.) 32
2.5 Cashing, caping and laying(per meter)with 1 year maintenance per Mtr. 305
3 Online UPS (10KVA) with external MFBs and Battery rack
3.1 Proposal for 10 kva Online UPS with Appx. 45 Mins backup Output power capacity 16.0 KWatts / 10.0 kVA, Max Configurable Power (Watts) 16.0 KWatts / 10.0 kVA, Nominal Output Voltage 230V,
1
3.2 UPS Batteries Exide make 65Ah, 32 no's batteries for Appx 45 mins backup, 2 years onsite warranty
32
3.3 Accessories Battery Rack, interlinks and connectors 2
4
Modular Workstation— workstation of seats having 30 mm thick 1000 MM ht Lam/S.B. pannel based partition system height having framework made of CRCA steel Section duly powder coated and having plpb,25 mm table top size 900x600,sliding key board tray with single pencil drawer..,6 MODULE MODULAR 1-SWITCH 5A WITH 2 SOCKET 5A,1-I/O. 16
5 Workstation CHAIR Chair with arms,revolving with twin castors,ms steel base,pushback mechnisim,high density cushioned seat and back.
16
6.1
Display : IFPD 80 inches LED Technology, Diagonal 80 inches, Resolution 1920 X 1080, Contrast Ratio 15000:1, Brightness 600cd/m2, ports HDMI, USB, VGA, DP, RS232, Annotation software shall include minimum features like choose, pens, annotate, erase, color, shapes, sizes, text, Edit etc.. The software should have network classroom feature to conduct remote teaching by having interaction through all the three types of media Audio, Video and Text. Smart Eye Protection: - Eye protection in writing mode, eye protection brightness, control mode change screen brightness based on ambience of light, Child Lock Setting, HDMI x 4, USB B-Type x 4 for touch, VGA x 1( shared with HDMI 4), Audio In for VGA Port, HDMI Out x 1, Micro SD Card Slot, USB 3.0 x 2( one for PC and One for android), USB 2.0 x 2 ( One for PC and One for Android), DP Port x 1, AV x 1, Ear phone x 1, SPDIF x 1, LN Port IN x 1,for Android, LAN Port Out x 1, Wireless LAN Support with dongal, with one years warrenty . 1
6.2 Free Standing Wheel mounted, 1.6 mm CRCA Sheet, Polymer powder coated, screw less chasis, wooden top, No ports/ wire exposed while the podium is locked, 21.5 inches builtin interactive touch monitor with 1
7 Latest Antivirus for 3 Year 16
BIDDER MUST TYPE ON COLUMN 04
SN Qualifying Criteria Document’s Required Page
Number
1 The Bidder should shall be registered in India
Certificate of Incorporation / VAT & GST
Registration
2 The Bidder has been in commercial operations in
the last 05 financial years in India.
Bidder should submit copy of IT
Related/Computer Lab purchase order along
with installation/Completion certificate having
value not less than Rs 25 lakhs in last five
years.
3 As on date of submission of the proposal, the
Bidder is neither blacklisted by Central
Government / State Government or
instrumentalities thereof nor any criminal case
against the Bidder / Its Partners / Directors /
Agents pending before any court of Law.
Notarized Affidavit of neither blacklisted by
Central Government / State Government or
instrumentalities thereof nor any criminal case
against the Bidder / Its Partners / Directors /
Agents pending before any court of Law.
Undertaking from authorized signatory of
Bidder.
4 Authorization from the "OEM" Authorization Certificate from the "OEM" on
Letter Head
5 Bidder should submit the Power of Attorney for
Authorization to sign Bidder's e-Bid Documents/
Contract by competent Authority.
Power of Attorney / Relevant Document
6 Bidder should submit the Acceptance of Terms &
Conditions of e-Bid Tender Document by the
Bidder on "BID FORM" (SECTION III A)
Form, duly signed by the authorized signatory.
7 Bidder should submit the "Schedule of
Requirements" of e Tender Document duly signed
by Bidder and given. (SECTION III B)
Form, duly signed by the authorized signatory.
8 Bidder should submit the compliance sheet of
"Technical Specification" of all the Items given in
Bid. (SECTION III C)
The Bidder should submit the Form, which
should be duly signed by the authorized
signatory. Technical compliance should be
submitted on OEM‟s/Bidder letterhead.
9 Bidder should submit the "Technical e-Bid" - Bid
Security Form (SECTION III D)
Form duly signed by the authorized signatory.
10 Bidder should submit the "Technical e-Bid" -
SECTION III(E) : CONTRACT FORM
Form duly signed by the authorized signatory.
11 Bidder should submit the "Technical e-Bid" –
Performance Statement. (SECTION III F)
Form duly signed by the authorized signatory.
12 Bidder should submit the "Technical e-Bid" –
Service Support Details (SECTION III G)
Form duly signed by the authorized signatory.
13 Bidder should submit the "Technical e-Bid" –
Capability Statement (SECTION III H)
Form duly signed by the authorized signatory.
14 Bidder should submit the "Technical e-Bid" –
Performance Security Form (SECTION III I)
Form duly signed by the authorized signatory.
15 Bidder should submit the PAN No. Copy of PAN Card of Bidder
16 Bidder should submit the GST No.
Copy of GST Certificated
17 Bidder should have average annual turn-over of
Rs 20 crores in last three financial years.
2014- 15
2015- 16
2016- 17
Copy of Balance Sheet and Profit & Loss
Statement signed by Chartered Accountant.
Statutory Auditor Certificate or Certificate
from the Company Secretary of the Bidder/
Chartered Accountant clearly specifying the
turnover for the specified years.
18 The Bidder should submit the list of minimum 5
Service Engineers in Lucknow
Letter from the Companies HR Head/
Company Secretary stating the number of
Service Engineers.
The Detail can be submitted at the Time of
Award of Contract.
19 Bidder should submit the Cost of e-Bid
document.
.By Online payment or Scan Copy of Tender
Fee in form of as desired, should uploaded
SN Qualifying Criteria Document’s Required Page
Number
with technical bid and Original Copy after
Technical & Financial bid Opened. If not
submitted, legal action (Cancellation of
Registration and Black Listing) will be taken.
20 Bidder should submit the e-Bid security (EMD). .By Online payment or Scan Copy e-Bid
security (EMD) in form of as desired, should
uploaded with technical bid and Original
Copy after Technical & Financial bid Opened.
If not submitted, legal action (Cancellation of
Registration and Black Listing) will be taken.
21 The Bidder should mention the make & OEM of
Language Lab equipments in compliance sheet.
Duly signed Compliance sheet from OEM /
Bidder
22 03 years onsite comprehensive warranty on
Language Lab equipments
03 years warranty certificate from OEM